CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer

This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system. The project includes the design, supply, and installation …

CPV: 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 31170000 Transformers
spriocdháta:
Lún. 8, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer
clárlann:
Udviklingsselskabet By & Havn I/S (CPH City & Port)
uimhir dámhachtana:
2025/05

1. Buyer

1.1 Buyer

Official name : Udviklingsselskabet By & Havn I/S (CPH City & Port)
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer
Description : This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system. The project includes the design, supply, and installation of a 132/30 kV – 55 MVA – Power Transformer in accordance with the specifications provided by the customer. The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour. The project includes finalizing of design into a complete execution project, including Design Management and ICT management in accordance with the requirements provided by the customer, and supply and install of all necessary parts of the finalization of a Power Transformer adhering to the functional requirements.
Procedure identifier : 6afeba82-6504-464a-a76b-5142fa57edb8
Previous notice : 90918-2025
Internal identifier : 2025/05
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Tender Procedure will be implemented as an open procedure pursuant to Directive 2014/25/EU of the European Parliament and of the Council of 26 February 2014 (Utility Directive) as implemented by the Consolidation Act no. 1624 of 15 December 2015. The procurement procedure is carried out according to the Utility Directive. It follows from the Consolidation Act that several sections in the Danish Public Procurement Act (Act no. 10 of 6 January 2023) also apply to procurement procedures pursuant to the Utility Directive. When reference is made in the following to sections in the Danish Public Procurement Act, this is done in accordance with the Consolidation Act stated. The Contracting Authority will award the Contract on the terms and conditions set out in the draft Contract to the most economically advantageous tender based on the criteria ‘best price-quality ratio’.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31170000 Transformers

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour.

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Danish krone

2.1.4 General information

Additional information : The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number (2) or (6) of the Danish Public Procurement Act. As documentation of the fact that the tenderer is not subject to the grounds for exclusion, the Contracting Authority will accept the following: • An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the candidate or tenderer is not subject to the grounds for exclusion stipulated in section 135(1). • A certificate issued by the competent authority in the country referred to as documentation that the candidate is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section 137(1)(2 or 6). If the country in question does not issue the documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135(1) or (3) and section 137(1)(2 or 6), those documents or certificates can be replaced by a statement provided on oath. If statements on oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary or a competent professional organisation in the country in which the tenderer is registered can be applied. For tenderers registered in Denmark, this documentation can be in the form of a service certificate issued by the Danish Business Authority on request. This also applies in case the tenderer has foreign members in the board, management or supervisory committee. For tenderers registered outside Denmark, please be aware of the listed relevant documentation in e-certis, which will be sufficient: https://ec.europa.eu/growth/tools-databases/ecertis/. The Contracting Authority will accept sufficient documentation from national authorities in the national language. The Contracting Authority requests this documentation to be unofficially translated into English. Documentation must not have been issued earlier than 6 months prior to the deadline of submission of tender. As documentation that the tenderer meets the requirements for suitability, the tenderer will be asked to submit: • Audited annual accounts or extracts thereof, showing the tenderer's annual turnover, equity and solvency ratio in the past three (3) most recently completed and audited financial reports at the deadline of submission of the tender. • Contact information for the contact person(s) of the customers that the tenderer has provided as references in the ESPD, if these do not appear in the ESPD. The tenderer may document its fulfilment of the minimum requirements for economic and financial standing by any other document that the Contracting Authority deems appropriate if the tenderer for a valid reason is unable to submit the above documents or is unable to document one or more of the minimum requirements by the audited annual accounts. In addition, the tenderer is not obliged to provide documentation for information that the Contracting Authority can obtain itself in a national database. In this case, however, the tenderer must state where this documentation can be found. If the tenderer is a group of economic operators (e.g. a consortia), documentation in relation to both grounds for exclusion and suitability must be submitted for each of the entities in the group. If the tenderer relies on the economic and financial standing and /or technical and professional ability of one or more entities, documentation for reasons of exclusion and relevant documentation of suitability must also be submitted for each of the supporting entities.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer
Description : This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system. The project includes the design, supply, and installation of a 132/30 kV – 55 MVA – Power Transformer in accordance with the specifications provided by the customer. The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour. The project includes finalizing of design into a complete execution project, including Design Management and ICT management in accordance with the requirements provided by the customer, and supply and install of all necessary parts of the finalization of a Power Transformer adhering to the functional requirements.
Internal identifier : 2025/05

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31170000 Transformers
Options :
Description of the options : The Contract has the following options: • Option 1: Upgrade of the Power Transformer from 55 MVA to 68 MVA • Option 2: Storage of the Power Transformer and all accessories • Option 3: Extension of the warranty period with up to 3 times 1 year • Option 4: Additional support on site • Option 5: Supply and installation of a Dissolved Gas Analyzer • Option 6: Supply and installation of an Automatic Voltage Regulator (AVR) panel • Option 7: Current Power Transformer on the HV neutral point connection to earth

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour.

5.1.3 Estimated duration

Duration : 32 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Danish 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
Additional information : The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number (2) or (6) of the Danish Public Procurement Act. As documentation of the fact that the tenderer is not subject to the grounds for exclusion, the Contracting Authority will accept the following: • An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the candidate or tenderer is not subject to the grounds for exclusion stipulated in section 135(1). • A certificate issued by the competent authority in the country referred to as documentation that the candidate is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section 137(1)(2 or 6). If the country in question does not issue the documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135(1) or (3) and section 137(1)(2 or 6), those documents or certificates can be replaced by a statement provided on oath. If statements on oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary or a competent professional organisation in the country in which the tenderer is registered can be applied. For tenderers registered in Denmark, this documentation can be in the form of a service certificate issued by the Danish Business Authority on request. This also applies in case the tenderer has foreign members in the board, management or supervisory committee. For tenderers registered outside Denmark, please be aware of the listed relevant documentation in e-certis, which will be sufficient: https://ec.europa.eu/growth/tools-databases/ecertis/. The Contracting Authority will accept sufficient documentation from national authorities in the national language. The Contracting Authority requests this documentation to be unofficially translated into English. Documentation must not have been issued earlier than 6 months prior to the deadline of submission of tender. As documentation that the tenderer meets the requirements for suitability, the tenderer will be asked to submit: • Audited annual accounts or extracts thereof, showing the tenderer's annual turnover, equity and solvency ratio in the past three (3) most recently completed and audited financial reports at the deadline of submission of the tender. • Contact information for the contact person(s) of the customers that the tenderer has provided as references in the ESPD, if these do not appear in the ESPD. The tenderer may document its fulfilment of the minimum requirements for economic and financial standing by any other document that the Contracting Authority deems appropriate if the tenderer for a valid reason is unable to submit the above documents or is unable to document one or more of the minimum requirements by the audited annual accounts. In addition, the tenderer is not obliged to provide documentation for information that the Contracting Authority can obtain itself in a national database. In this case, however, the tenderer must state where this documentation can be found. If the tenderer is a group of economic operators (e.g. a consortia), documentation in relation to both grounds for exclusion and suitability must be submitted for each of the entities in the group. If the tenderer relies on the economic and financial standing and /or technical and professional ability of one or more entities, documentation for reasons of exclusion and relevant documentation of suitability must also be submitted for each of the supporting entities.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : General yearly turnover
Description : The tenderer must have a yearly turnover of at least 40.000.000 DKK excl. VAT in each of the past three (3) most recently completed and audited financial reports.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : The tenderer must have an equity of at least 15.000.000 DKK in the most recently completed and audited financial reports.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : The tenderer must have a solvency ratio ((equity / total assets) x 100) of at least 15 % in the most recently completed and audited financial report.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: performance of deliveries of the specified type
Description : The tenderer must provide a list of two (2) references is documenting experience with design, manufacturing, test, delivery and installation of minimum 132 kV primary voltage power transformers. The references should contain the following information: • Country of where each reference was delivered • Brief description of the tasks performed by the tenderer including i) voltages, ii) MVA rating and iii) Type of oil • The client’s name & address • Year of delivery
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : As described in the Tender Conditions section 9.3.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Planning of Works
Description : As described in the Tender Conditions section 9.3.2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality, Health, Safety, and Environmental (QHSE)
Description : As described in the Tender Conditions section 9.3.3.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See Contract section 13. Performance bonds; The Contractor’s payment of payment 1, payment 2 and payment 3 (see section 12.2 of the Contract) shall be made against an advance payment guarantee, by using the Purchaser’s paradigm (appendix 9). The advance payment guarantee must be in the form of an adequate bank guar-antee, fidelity insurance or some other adequate type of security. The Contractor must no later than at the handover provide the Purchaser with a performance bond amounting to 10% of the Contract Sum with addition or deduction of all extra or reduced Services and in accordance with the Purchaser’s paradigm (appendix 10). The performance bond must be in the form of an adequate bank guarantee, fidelity insurance or some other ad-equate type of security.
Deadline for receipt of tenders : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 08/08/2025 10:05 +00:00
Place : There will not be public access for the opening of tenders
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 : The contract stipulates liquidated damages for certain delays and failure to meet performance requirements.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See payment conditions in section 12 of the contract

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 : Klagenævnet for Udbud -
Information about review deadlines : The Danish Complaints Board for Public Procurement Act (Act no. 593 of 02.06.2016 which is available at www.retsinformation.dk.) contains the regulation governing deadlines for review procedures regarding public procurement under Danish law. Complaints must be lodged with the Complaints Board within a 45 calendar day deadline initiated by CPH City & Port I/S’ publication of a contract award notice in the Official Journal of the European Union. The first day of the deadline is the day following the publication date, cf. section 7(2)(i) of the Danish Complaints Board for Public Procurement Act. The complainant must notify CPH City & Port I/S of the complaint in writing at the latest at the same time as the complainant lodges the complaint with the Complaints Board. Furthermore, the complainant must inform CPH City & Port I/S as to whether or not the complaint has been lodged in the standstill-period and whether the complainant has requested the complaint to be given suspensory effect, cf. section 6(4) of the Danish Complaints Board for Public Procurement Act. To lodge a complaint with the Danish Complaints Board for Public Procurement the complainant must pay a fee of DKK 20,000.
Organisation providing additional information about the procurement procedure : Udviklingsselskabet By & Havn I/S (CPH City & Port) -
Organisation providing offline access to the procurement documents : Udviklingsselskabet By & Havn I/S (CPH City & Port) -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Udviklingsselskabet By & Havn I/S (CPH City & Port) -
Organisation processing tenders : Udviklingsselskabet By & Havn I/S (CPH City & Port) -

8. Organisations

8.1 ORG-0001

Official name : Udviklingsselskabet By & Havn I/S (CPH City & Port)
Registration number : 30823702
Postal address : Nordre Toldbod 7
Town : København K
Postcode : 1259
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Cindy Thorhauge
Telephone : 25263385
Internet address : https://byoghavn.dk/
Roles of this organisation :
Buyer
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 : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 2cb071a0-356e-44df-b8a1-61fd05238ab8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 19:40 +00:00
Notice dispatch date (eSender) : 23/05/2025 19:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00339878-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025