Procurement of a framework agreement for sound, pictures and white goods.

The aim of this procurement is to cover the need for sound, picture and white goods. See part II (General Contract Terms) and part II Annex B (Requirement Specifications) for further details on the extent of the procurement. The aim of this procurement is to cover the need for sound, …

CPV: 37524000 Gry, 30213000 Komputery osobiste, 30231000 Ekrany i konsole komputerowe, 30231200 Konsole, 30234400 Uniwersalne dyski wideo (DVD), 31000000 Maszyny, aparatura, urządzenia i wyroby elektryczne; oświetlenie, 32000000 Sprzęt radiowy, telewizyjny, komunikacyjny, telekomunikacyjny i podobny, 32330000 Aparatura do nagrywania i powielania dźwięku i obrazu wideo, 32342410 Sprzęt dźwiękowy, 32344280 Radia przenośne, 32350000 Części sprzętu dźwiękowego i wideo, 39000000 Meble (włącznie z biurowymi), wyposażenie, urządzenia domowe (z wyłączeniem oświetlenia) i środki czyszczące, 39700000 Sprzęt gospodarstwa domowego, 39710000 Elektryczny sprzęt gospodarstwa domowego, 39711000 Elektryczny sprzęt gospodarstwa domowego do użytku ze środkami spożywczymi, 39711100 Chłodziarki i zamrażarki, 39711310 Elektryczne zaparzacze do kawy, 39711350 Gofrownice, 39711360 Piekarniki, 39711362 Kuchenki mikrofalowe, 39711400 Ruszty, płyty grzewcze (AGD), płytki do podgrzewania potraw i pierścienie do gotowania, 39712000 Elektryczny sprzęt gospodarstwa domowego do użytku w bezpośrednim kontakcie z ciałem ludzkim, 39712200 Urządzenia fryzjerskie, 39713000 Elektryczny sprzęt gospodarstwa domowego do czyszczenia; żelazka do prasowania, 39713100 Zmywarki do naczyń, 39713210 Pralki i suszarki, 39713430 Odkurzacze, 39714100 Wywietrzniki, 42214100 Piece kuchenne, 42716000 Maszyny do prania, czyszczenia na sucho i suszenia, 42716120 Pralki
Termin:
13 sierpnia 2025 09:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Procurement of a framework agreement for sound, pictures and white goods.
Miejsce udzielenia zamówienia:
FORSVARSMATERIELL
Numer nagrody:
2024038881

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for sound, pictures and white goods.
Description : The aim of this procurement is to cover the need for sound, picture and white goods. See part II (General Contract Terms) and part II Annex B (Requirement Specifications) for further details on the extent of the procurement.
Procedure identifier : 670e29ad-5794-41a5-933e-78673fcaad4b
Internal identifier : 2024038881
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Users of the framework agreement are the Norwegian Defence, The Ministry of Defence, The Norwegian Defence Materiel Agency, the Norwegian Defence Estates Agency, the Directorate of Norwegian Correctional Services, the Norwegian Police Shared Services and the Norwegian Defence History Museum. Underlying departments/entities of the Ministry of Defence and the Government ́s classified platform services have the right to join the framework agreement that users/users throughout the entire duration of the framework agreement.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231200 Consoles
Additional classification ( cpv ): 30234400 Digital versatile disks (DVDs)
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32330000 Apparatus for sound, video-recording and reproduction
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32344280 Portable radios
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 37524000 Games
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 39711350 Waffle irons
Additional classification ( cpv ): 39711360 Ovens
Additional classification ( cpv ): 39711362 Microwave ovens
Additional classification ( cpv ): 39711400 Roasters, hobs, hotplates and boiling rings
Additional classification ( cpv ): 39712000 Electrical domestic appliances for use with the human body
Additional classification ( cpv ): 39712200 Hairdressing appliances
Additional classification ( cpv ): 39713000 Electrical domestic appliances for cleaning; smoothing irons
Additional classification ( cpv ): 39713100 Dishwashing machines
Additional classification ( cpv ): 39713210 Washer/dryers
Additional classification ( cpv ): 39713430 Vacuum cleaners
Additional classification ( cpv ): 39714100 Ventilators
Additional classification ( cpv ): 42214100 Cooking ovens
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 220 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the 'open tender contest' procedure in accordance with PPR § 13-1 first section.

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?
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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a framework agreement for sound, pictures and white goods.
Description : The aim of this procurement is to cover the need for sound, picture and white goods. See part II (General Contract Terms) and part II Annex B (Requirement Specifications) for further details on the extent of the procurement.
Internal identifier : 2024038881

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231200 Consoles
Additional classification ( cpv ): 30234400 Digital versatile disks (DVDs)
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32330000 Apparatus for sound, video-recording and reproduction
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32344280 Portable radios
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 37524000 Games
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 39711350 Waffle irons
Additional classification ( cpv ): 39711360 Ovens
Additional classification ( cpv ): 39711362 Microwave ovens
Additional classification ( cpv ): 39711400 Roasters, hobs, hotplates and boiling rings
Additional classification ( cpv ): 39712000 Electrical domestic appliances for use with the human body
Additional classification ( cpv ): 39712200 Hairdressing appliances
Additional classification ( cpv ): 39713000 Electrical domestic appliances for cleaning; smoothing irons
Additional classification ( cpv ): 39713100 Dishwashing machines
Additional classification ( cpv ): 39713210 Washer/dryers
Additional classification ( cpv ): 39713430 Vacuum cleaners
Additional classification ( cpv ): 39714100 Ventilators
Additional classification ( cpv ): 42214100 Cooking ovens
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 220 000 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. This requirement must be fulfilled by the Tenderer himself and cannot be fulfilled by using sub-suppliers. Foreign tenderers must submit an equivalent certificate from their own country that shows that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have the necessary economic and financial capacity to fulfil the framework agreement. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. If a tenderer will use the capacity of other companies to fulfil this requirement, the Contracting Authority requires that they are joint and severally liable for the execution of the framework agreement. Documentation requirement: Credit rating from a certified credit rating company based on the last known accounting figures. The assessment must not be more than three months old. If a tenderer has a justifiable reason for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems suitable.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have good experience from similar deliveries. Similar deliveries means the delivery of sound, picture and white goods. Documentation requirement: Overview of the tenderer's three most relevant contracts in the course of the last three years. In order to ensure sufficient competition, documentation for deliveries that the tenderer has carried out more than three years ago can be considered. The overview must include a statement of the assignment ́s value, date, recipient and a short description of the delivery. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a minimum quality assurance system that shall include that the tenderer has procedures to ensure that all laws and regulations, such as the part of the entity that shall work with this contract are covered by, are complied with. Documentation requirement: A description of the tenderer ́s quality assurance methods. If the tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to submit a copy of a valid certificate to fulfil this. Qualification requirement: Tenderers shall have a system for following-up ethical trade. The system shall ensure that the tenderer is suitable for fulfilment of the contractual obligations in Annex G for ethical trade, and as a minimum shall include: - Partial requirement no. 1 – Traceability in the supplier chain: If the tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall have a system to ensure traceability in the supply chain, which at any given time gives the tenderer an overview of which sub-suppliers are involved in the production and in which countries these are localised. - Sub-requirement no. 2.1 – Guidelines for Ethical Trade: Ethical Guidelines/Code of Conduct which as a minimum corresponds with the Contracting Authority's ethical requirements in Annex G – Ethical Requirement point 1. Partial requirements no. 2.2 - Anchoring and implementation in the supplier chain(s): If a tenderer uses sub-supplier(s) to fulfil this framework agreement, the Ethical Guidelines/Code of Conduct shall be rooted and implemented in the supplier chain(s) for products that are delivered over this framework agreement. Documentation requirement: If the tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall, for sub-requirement no. 1, fill in a description of the supplier chain for three selected products in part 1 Annex 3B - Qualification Requirement ethical trade. Tenderers shall, for sub-requirement no. 2.1, enclose the tenderer ́s Ethical Guidelines/Code of Conduct. The tenderer's Ethical Guidelines/Code of Conduct can be in English. In addition tenderers shall fill in the conformity matrix in part 1 Annex 3B - Qualification Requirement ethical trade. If the tenderer uses sub-supplier(s) to fulfil this framework agreement, sub-requirement no. 2.2 shall submit a declaration that the tenderer's Ethical Guidelines/Code of Conduct is anchored and implemented in the supplier chain(s) for products that are delivered over this framework agreement.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a documented and valid environmental management system with routines and structure that shows how the tenderer safeguards relevant environmental considerations connected to the services that are provided. The system must be connected to executive unit(s), and shall as a minimum contain: 1. an environmental policy 2. Overview of the most significant environmental impacts (environmental aspects) from the company. 3. proof that the company sets environmental requirements for sub-suppliers 4. A description of the organisation and responsibility distribution of the environmental work. 5. Description of the company ́s stand-by for handling stand-by situations at risk for unfavourable environmental impacts. 6. Description of the resources necessary to establish, implement, maintain and continually improve the management system for the environment. Documentation requirement: A description of the environmental management measures that have been implemented in the company, which show that the system contains the mentioned points. If the tenderer is certified in accordance with ISO 14001, Miljøfyrtårn, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/256025821.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 13/08/2025 09:00 +00:00
Deadline until which the tender must remain valid : 83 Day
Information about public opening :
Opening date : 13/08/2025 09:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 0
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : See the progress plan.

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Marie Louise Boslev Jørgensen
Telephone : 40919988
Internet address : https://FMA.NO
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 7c9b70e7-62ea-4063-95ef-ca3dbf371e2e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 13:17 +00:00
Notice dispatch date (eSender) : 30/06/2025 14:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00427883-2025
OJ S issue number : 124/2025
Publication date : 02/07/2025