Procurement - Pipes and pipe parts, 2025

The contracting authority would like to use the procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for pipes and pipe parts within Water and Sewage (VA) and Heating, ventilation and sanitary engineering (HVAC). The chosen …

CPV: 44162000 Piping, 44160000 Pipeline, piping, pipes, casing, tubing and related items, 44161000 Pipelines, 44163000 Pipes and fittings, 44164000 Casing and tubing, 44167000 Various pipe fittings
Deadline:
Sept. 5, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Pipes and pipe parts, 2025
Awarding body:
Ålesund kommune
Award number:
25/4952

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Procurement - Pipes and pipe parts, 2025
Description : The contracting authority would like to use the procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for pipes and pipe parts within Water and Sewage (VA) and Heating, ventilation and sanitary engineering (HVAC).  The chosen tenderer shall be a full assortment wholesaler of pipes and pipe fittings for use within W&S and HVAC, in accordance with the requirement specifications. Comments on the contract: Plastic manholes and fittings for manholes are a part of the agreement.  The contracting authority can bypass the contract with the procurement of concrete manholes.  The customer can bypass the contract for major project deliveries. This is when the products make up a minimum of NOK 300,000 excluding VAT. The customer can bypass the contract with special orders, i.e. for example orders that are made, adapted or ordered according to the customer ́s specific requests or needs. The Customer can leave the contract if the tenderer cannot deliver within maximum delivery times in accordance with the requirement specifications. Delivery deviations from the tenderer can be regulated in accordance with the contract. The contracting authority can bypass the contract for the procurement of an entire pumping stations/pressure boosting station. The Customer can leave the contract outside the contract where pipes and pipe fittings are only a part of the assignment where other service providers are responsible for the execution. E.g. excavation assignments, plumbing assignments, procurement of fire hydrant, establishment of emergency power generators for pressure increase stations/pumping stations etc. The customer can leave the contract in critical situations where the customer cannot wait for parts if the tenderer does not have them at local stores/times of crisis.
Procedure identifier : c26bdd2e-58c1-40aa-bf22-341af74429d3
Internal identifier : 25/4952
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44161000 Pipelines
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44164000 Casing and tubing
Additional classification ( cpv ): 44167000 Various pipe fittings

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contracting authority for the competition is: Ålesund municipality. Participants in this procurement are the following, and there will therefore be delivery to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Ålesund municipality Vestnes Municipality Haram Municipality Volda Municipality Fjord municipality Ulstein municipality Ørsta municipality Stranda municipality Herøy municipality Company: Attvin AS Attvin produksjon AS

2.1.3 Value

Estimated value excluding VAT : 84 000 000 Norwegian krone
Maximum value of the framework agreement : 84 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
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?
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 - Pipes and pipe parts, 2025
Description : The contracting authority would like to use the procurement to enter into a framework agreement with one tenderer. The objective of the agreement is to cover the contracting authority ́s need for pipes and pipe parts within Water and Sewage (VA) and Heating, ventilation and sanitary engineering (HVAC).  The chosen tenderer shall be a full assortment wholesaler of pipes and pipe fittings for use within W&S and HVAC, in accordance with the requirement specifications. Comments on the contract: Plastic manholes and fittings for manholes are a part of the agreement.  The contracting authority can bypass the contract with the procurement of concrete manholes.  The customer can bypass the contract for major project deliveries. This is when the products make up a minimum of NOK 300,000 excluding VAT. The customer can bypass the contract with special orders, i.e. for example orders that are made, adapted or ordered according to the customer ́s specific requests or needs. The Customer can leave the contract if the tenderer cannot deliver within maximum delivery times in accordance with the requirement specifications. Delivery deviations from the tenderer can be regulated in accordance with the contract. The contracting authority can bypass the contract for the procurement of an entire pumping stations/pressure boosting station. The Customer can leave the contract outside the contract where pipes and pipe fittings are only a part of the assignment where other service providers are responsible for the execution. E.g. excavation assignments, plumbing assignments, procurement of fire hydrant, establishment of emergency power generators for pressure increase stations/pumping stations etc. The customer can leave the contract in critical situations where the customer cannot wait for parts if the tenderer does not have them at local stores/times of crisis.
Internal identifier : 25/4952

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44160000 Pipeline, piping, pipes, casing, tubing and related items
Additional classification ( cpv ): 44161000 Pipelines
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44163000 Pipes and fittings
Additional classification ( cpv ): 44164000 Casing and tubing
Additional classification ( cpv ): 44167000 Various pipe fittings

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The contracting authority for the competition is: Ålesund municipality. Participants in this procurement are the following, and there will therefore be delivery to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Ålesund municipality Vestnes Municipality Haram Municipality Volda Municipality Fjord municipality Ulstein municipality Ørsta municipality Stranda municipality Herøy municipality Company: Attvin AS Attvin produksjon AS

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 84 000 000 Norwegian krone
Maximum value of the framework agreement : 84 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Technicians or technical bodies for quality control
Description : This requirement only applies to Norwegian tenderers. Demand:  Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities.  Tenderers are asked to enclose the certificate in the tender. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders.  Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : Financial ratio
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no ), or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Demand: Tenderers shall have a good and well-functioning quality management system, based on ISO 9001 or equivalent, which is third party certified by an accredited certification body. Documentation requirement: Copy of a valid system certificate issued by an accredited certification body* *The contracting authority shall accept other documentation for equivalent measures if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested standard/system.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. If product lines in the price form are submitted blank/not filled in, they will be filled in with the highest unit price offered for this product line + 10%. If more than 7% of the product lines lack a price indication, it will be seen as a significant deviation and lead to a tender being rejected in it's entirety. Evaluation: The total price for the evaluation will be used for the evaluation of the award criterion price. When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Criterion :
Type : Quality
Name : Implementation ability
Description : Orientation: The tenderer is requested, under this award criteria, to respond to the following: Describe whether the tenderer offers local stores/shops in more places than the minimum requirement in some of the other participating municipalities. The minimum requirements for local stores/shops must be fulfilled as a minimum. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : The award criteria consists of two (2) sub-criteria: The EPD sub-criterion is weighted 50% of this award criteria.  The product transport sub-criteria is weighted 50% of this award criteria.  Sub-criteria EPD:  Orientation: The offered products that can document climate footprint for production processes and the transport links (cradle to gate: A1 (raw material supply), A2 (transport) and A3 (production)) with an environment declaration Type III in accordance with ISO standard 14025 (EPD), or equivalent (LCA carried out in accordance with ISO 14040 and ISO 14044 will be accepted), will be awarded points. Tenderers shall state emissions (CO2e from A1-A3), type of environmental declaration as well as an ID number for this in column O in the price form. Tenderers shall enclose the environmental declaration. A LCA shall be certified by an independent third party and a maximum of five years old by the tender deadline. In column P in the price form, tenderers will enter the name of the document where this information is available, as well as page numbers. Evaluation: The products will be evaluated per product. The highest score, 10, is given to the tenderer who has documented the lowest climate footprint per product. Other tenderers will be awarded a relative score. The score achieved is multiplied by the estimated volume for the article. The tenderer who achieves the most points will be awarded the highest score of ten on the sub-criteria. Other tenderers will be given a relative score. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage. Product transport sub-criteria:  Orientation:  Tenderers shall give an account of what environmental measures they will implement in connection with the delivery of pipes and pipe parts. The contracting authority asks tenderers to fill in the annex "Award Criteria Goods Transport", and submit as an annex to the tender in excel format. The contracting authority encourages tenderers to particularly mention environmental measures regarding the transport of pipes and pipe fittings from stores to customers. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. The best solution will be awarded the highest score (10) on the sub-criteria. Other solutions will be awarded a point score relative to the best solution. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority uses the exclusion provisions in PPR § 7-9 fourth paragraph, and has replaced the award criteria in accordance with the second link with climate and environmental requirements in the requirement specification. It is considered that this gives a clearly better climate and environmental effect, and this is justified below. The production of pipes and pipe parts is the element of the procurement that will clearly affect climate and the environment to the greatest degree. The tenderers in this procurement will be wholesalers who purchase and sell pipes and pipe parts. The contracting authority ́s assessment is that the supplier market is unable to provide good, verifiable and real environmental savings on the products that can be purchased for this procurement. Tenderers cannot, for example, document that the goods that the customer actually gets delivered provide the alleged environmental gains. Although manufacturers use some fossil-free raw material, suppliers cannot say exactly the products we buy through this procurement contains it. The contracting authority ́s assessment is that it is appropriate and appropriate to have requirements in the requirement specifications for having procedures and systems that ensure a low environmental impact, requirements for efficient transport and requirements regarding waste quantities and waste handling. It is considered that this clearly gives a better climate and environmental effect than when using award criteria. The contracting authority has, however, chosen to use the environment as the award criteria, but with a lower weight than 30%. The award criteria in this competition consist of EPD documentation and a description of the transport of goods in the contract, and weighted altogether 15%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Deadline for requesting additional information : 27/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64894

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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 05/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 05/09/2025 10:05 +00:00
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 : In accordance with the tender documents
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : In accordance with the tender documents

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 : Møre og Romsdal tingrett
Information about review deadlines : In accordance with the tender documents
Organisation providing additional information about the procurement procedure : Ålesund kommune

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Bente-Kristin Rødland
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f3a392cb-9c2f-4c3c-bb7f-e6439c813e88 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 12:10 +00:00
Notice dispatch date (eSender) : 04/07/2025 12:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00437208-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025