ETCS fitment for VR-Group Plc's Rolling stock / Invitation to participate

The European Train Control System (ETCS) is a part of the European Rail Traffic Management System (ERTMS) which is a European signalling and speed control system that ensures interoperability of the national railway systems. The goal of this procurement is to retrofit VR-Group Plc’s (later “purchaser” or “VR” or “contracting …

CPV: 34600000 Tirna vozila in njihovi deli, 34630000 Deli tirnih vozil ali vrtljivih podstavkov; oprema za nadzor in upravljanje železniškega prometa, 34631000 Deli lokomotiv ali vrtljivih podstavkov, 42961100 Sistem za kontrolo dostopa, 50200000 Storitve popravila, vzdrževanja in pripadajoče storitve za opremo zračnega, železniškega, cestnega in pomorskega prometa, 51100000 Storitve inštalacije električne in strojne opreme, 51540000 Storitve inštalacije strojev in naprav za posebne namene
Kraj izvršitve:
ETCS fitment for VR-Group Plc's Rolling stock / Invitation to participate
Organ za podeljevanje:
VR-Yhtymä Oyj / VR-Group Plc
Številka dodelitve:
HH-610KV

1. Buyer

1.1 Buyer

Official name : VR-Yhtymä Oyj / VR-Group Plc
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : ETCS fitment for VR-Group Plc's Rolling stock / Invitation to participate
Description : The European Train Control System (ETCS) is a part of the European Rail Traffic Management System (ERTMS) which is a European signalling and speed control system that ensures interoperability of the national railway systems. The goal of this procurement is to retrofit VR-Group Plc’s (later “purchaser” or “VR” or “contracting entity”) rolling stock with the ETCS system. The rolling stock to which the ETCS system is installed is specified in more detail below and in Annex 1 of this contract notice (Preliminary description of the procurement) and during the procurement procedure. The procurement includes among others the purchase of the material (hardware, software and other material), design, installation, testing, commissioning, homologation, documentation, training, spare parts and support for the ETCS systems as specified in more detail during the procurement procedure. The procurement may also include the maintenance of the systems. The scope of the contract does not include the Pre-FRMCS network devices (Multichannel routers) which will, according to current knowledge, be procured and provided by the Finnish Transport Infrastructure Agency (FTIA). However, the selected ETCS supplier must, as part of the scope of the contract, implement the necessary interface between the EVC and the Pre-FRMCS network device (Multichannel router). Additionally, the ETCS supplier must install the Pre-FRMCS network devices (Multichannel routers) to the rolling stock, and also provide and install the necessary antennas, cables, and connectors. The obligations of the ETCS supplier will be defined in more detail during the procurement procedure. The procurement shall include the STM (Specific Transmission Module) related to the ETCS system as defined in the Preliminary description of the procurement and later during the procurement procedure. The basic scope of the contract includes retrofitting the following rolling stock units with the ETCS system: 30 Sr1 locomotives, 42 Edo steering cars and 4 Sm6 electric multiple units. The other rolling stock types and units are in the procurement as options. The procurement covers also four (4) different options which are the following: 1) Option 1: Equipping the optional Sr1 rolling stock units with the ETCS System. Optional Sr1 rolling stock units belonging to option 1 consist of 40 units of Sr1 locomotives. The option may be used in whole or in part. 2) Option 2: Equipping the optional Sr2 rolling stock units with the ETCS System. Optional Sr2 rolling stock units belonging to option 2 consist of 35 units of Sr2 locomotives. The option may be used in whole or in part. 3) Option 3: Equipping the optional Sm3 rolling stock units with the ETCS System. Optional Sm3 rolling stock units belonging to option 3 consist of 15 units of Sm3 electric multiple units. The option may be used in whole or in part. 4) Option 4: Equipping the optional Sm4 rolling stock units with the ETCS System. Optional Sm4 rolling stock units belonging to option 4 consist of 30 units of Sm4 electric multiple units. The option may be used in whole or in part. The preliminary scope of the procurement is described in more detail in Annex 1 of the contract notice (Preliminary description of the procurement) and will be defined in more detail during the procurement procedure. The description is preliminary and may change during the procurement procedure. Final description of the procurement and all contract terms will be specified during the procurement procedure in the final invitation to tender. This procurement relates to the national Digirail project in which the railway infrastructure will be updated in Finland to fulfil the ETCS requirements. Digirail project covers the entire state-owned railway network in Finland and the aim is that the track-side ERTMS equipment will be constructed and deployed in different phases during the years 2028-2040. The current aim is for the purchaser to start commercial traffic on Finland's first commercial ETCS track sections in 2029-2030. Operation on the later track sections will be started after that. The delivery schedules of the ETCS systems will be adapted to these schedules in order to enable the purchaser’s commercial traffic. Please however note that these schedules are preliminary and may change during the procurement procedure. As the procurement relates to the national Digirail project changes in the scope, requirements and schedule of the procurement are possible and may be necessary also due to changes and requirements related to the national Digirail project. The schedule of the procurement will be defined during the procurement procedure. The preliminary aim of the contracting entity is that the procurement contract could be signed by the end of Q1 2026. This schedule may however change. In order to secure compliance with the requirements of the procurement, the candidates are urged to familiarize themselves thoroughly with all the documents included in the procurement notice. For clarity, these documents are the following: 1) The procurement notice published in hankintailmoitukset.fi and ted.europa.eu. This notice is also referred to as the contract notice. 2) The invitation to participate which can be found in the electronic tendering system. This document includes relevant information regarding the procurement. 3) ESPD document which contains the suitability requirements for the tenderers 4) Annex 1 Preliminary description of the procurement 5) Annex 2 Reference form for giving information on the required references Documents 2-5 can be found in the electronic tendering system (also known as the “Supplier Portal”). All information shall be taken into account when submitting the requests to participate.
Procedure identifier : cca2d77e-4986-43ef-972a-4db715f759e9
Internal identifier : HH-610KV
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51540000 Installation services of special-purpose machinery and equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

2.1.2 Place of performance

Country subdivision (NUTS) : Pohjois-Pohjanmaa ( FI1D9 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

2.1.2 Place of performance

Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

2.1.2 Place of performance

Country subdivision (NUTS) : Kymenlaakso ( FI1C4 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

2.1.4 General information

Additional information : The procurement will be carried out by means of negotiated procedure. The Finnish Act on Procurements and Concession Contracts of Entities Operating in the Water and Energy Supply, Transport and Postal Services Sector 1398/2016 (later "Act on Public Contracts in the Utilities sector") applies to the procurement. A candidate must fulfil all suitability requirements set in the contract notice and its appendices in order to be qualified as a tenderer to the procurement procedure. All candidates fulfilling the suitability requirements will be selected as tenderers to the procurement procedure. Suitability requirements are presented in the ESPD form (European Single Procurement Document) of the contract notice. All requirements for the procurement, as well as the contract terms, will be defined during the procurement procedure. All final requirements will be presented in the final invitation to tender.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : 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 has 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.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : 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 has 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.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : 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 has 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.
Fraud : 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 has 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.
Child labour and other forms of trafficking in human beings : 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 has 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.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is 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 : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has 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 : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has 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 : 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 has 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : ETCS fitment for VR-Group Plc's Rolling stock / Invitation to participate
Description : The European Train Control System (ETCS) is a part of the European Rail Traffic Management System (ERTMS) which is a European signalling and speed control system that ensures interoperability of the national railway systems. The goal of this procurement is to retrofit VR-Group Plc’s (later “purchaser” or “VR” or “contracting entity”) rolling stock with the ETCS system. The rolling stock to which the ETCS system is installed is specified in more detail below and in Annex 1 of this contract notice (Preliminary description of the procurement) and during the procurement procedure. The procurement includes among others the purchase of the material (hardware, software and other material), design, installation, testing, commissioning, homologation, documentation, training, spare parts and support for the ETCS systems as specified in more detail during the procurement procedure. The procurement may also include the maintenance of the systems. The scope of the contract does not include the Pre-FRMCS network devices (Multichannel routers) which will, according to current knowledge, be procured and provided by the Finnish Transport Infrastructure Agency (FTIA). However, the selected ETCS supplier must, as part of the scope of the contract, implement the necessary interface between the EVC and the Pre-FRMCS network device (Multichannel router). Additionally, the ETCS supplier must install the Pre-FRMCS network devices (Multichannel routers) to the rolling stock, and also provide and install the necessary antennas, cables, and connectors. The obligations of the ETCS supplier will be defined in more detail during the procurement procedure. The procurement shall include the STM (Specific Transmission Module) related to the ETCS system as defined in the Preliminary description of the procurement and later during the procurement procedure. The basic scope of the contract includes retrofitting the following rolling stock units with the ETCS system: 30 Sr1 locomotives, 42 Edo steering cars and 4 Sm6 electric multiple units. The other rolling stock types and units are in the procurement as options. The procurement covers also four (4) different options which are the following: 1) Option 1: Equipping the optional Sr1 rolling stock units with the ETCS System. Optional Sr1 rolling stock units belonging to option 1 consist of 40 units of Sr1 locomotives. The option may be used in whole or in part. 2) Option 2: Equipping the optional Sr2 rolling stock units with the ETCS System. Optional Sr2 rolling stock units belonging to option 2 consist of 35 units of Sr2 locomotives. The option may be used in whole or in part. 3) Option 3: Equipping the optional Sm3 rolling stock units with the ETCS System. Optional Sm3 rolling stock units belonging to option 3 consist of 15 units of Sm3 electric multiple units. The option may be used in whole or in part. 4) Option 4: Equipping the optional Sm4 rolling stock units with the ETCS System. Optional Sm4 rolling stock units belonging to option 4 consist of 30 units of Sm4 electric multiple units. The option may be used in whole or in part. The preliminary scope of the procurement is described in more detail in Annex 1 of the contract notice (Preliminary description of the procurement) and will be defined in more detail during the procurement procedure. The description is preliminary and may change during the procurement procedure. Final description of the procurement and all contract terms will be specified during the procurement procedure in the final invitation to tender. This procurement relates to the national Digirail project in which the railway infrastructure will be updated in Finland to fulfil the ETCS requirements. Digirail project covers the entire state-owned railway network in Finland and the aim is that the track-side ERTMS equipment will be constructed and deployed in different phases during the years 2028-2040. The current aim is for the purchaser to start commercial traffic on Finland's first commercial ETCS track sections in 2029-2030. Operation on the later track sections will be started after that. The delivery schedules of the ETCS systems will be adapted to these schedules in order to enable the purchaser’s commercial traffic. Please however note that these schedules are preliminary and may change during the procurement procedure. As the procurement relates to the national Digirail project changes in the scope, requirements and schedule of the procurement are possible and may be necessary also due to changes and requirements related to the national Digirail project. The schedule of the procurement will be defined during the procurement procedure. The preliminary aim of the contracting entity is that the procurement contract could be signed by the end of Q1 2026. This schedule may however change. In order to secure compliance with the requirements of the procurement, the candidates are urged to familiarize themselves thoroughly with all the documents included in the procurement notice. For clarity, these documents are the following: 1) The procurement notice published in hankintailmoitukset.fi and ted.europa.eu. This notice is also referred to as the contract notice. 2) The invitation to participate which can be found in the electronic tendering system. This document includes relevant information regarding the procurement. 3) ESPD document which contains the suitability requirements for the tenderers 4) Annex 1 Preliminary description of the procurement 5) Annex 2 Reference form for giving information on the required references Documents 2-5 can be found in the electronic tendering system (also known as the “Supplier Portal”). All information shall be taken into account when submitting the requests to participate.
Internal identifier : HH-610KV

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 50200000 Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51540000 Installation services of special-purpose machinery and equipment
Options :
Description of the options : The procurement covers four (4) different options which are the following: 1) Option 1: Equipping the optional Sr1 rolling stock units with the ETCS System. Optional Sr1 rolling stock units belonging to option 1 consist of 40 units of Sr1 Locomotives. The option may be used in whole or in part. 2) Option 2: Equipping the optional Sr2 rolling stock units with the ETCS System. Optional Sr2 rolling stock units belonging to option 2 consist of 35 units of Sr2 locomotives. The option may be used in whole or in part. 3) Option 3: Equipping the optional Sm3 rolling stock units with the ETCS System. Optional Sm3 rolling stock units belonging to option 3 consist of 15 units of Sm3 electric multiple units. The option may be used in whole or in part. 4) Option 4: Equipping the optional Sm4 rolling stock units with the ETCS System. Optional Sm4 rolling stock units belonging to option 4 consist of 30 units of Sm4 electric multiple units. The option may be used in whole or in part. The content of the options is described in more detail in Annex 1 of the contract notice (Preliminary description of the procurement).

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

5.1.2 Place of performance

Country subdivision (NUTS) : Pohjois-Pohjanmaa ( FI1D9 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

5.1.2 Place of performance

Country subdivision (NUTS) : Pirkanmaa ( FI197 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

5.1.2 Place of performance

Country subdivision (NUTS) : Kymenlaakso ( FI1C4 )
Country : Finland
Additional information : Exact locations for e.g. installations and material deliveries will be specified during the procurement procedure.

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The procurement will be carried out by means of negotiated procedure. The Finnish Act on Procurements and Concession Contracts of Entities Operating in the Water and Energy Supply, Transport and Postal Services Sector 1398/2016 (later "Act on Public Contracts in the Utilities sector") applies to the procurement. A candidate must fulfil all suitability requirements set in the contract notice and its appendices in order to be qualified as a tenderer to the procurement procedure. All candidates fulfilling the suitability requirements will be selected as tenderers to the procurement procedure. Suitability requirements are presented in the ESPD form (European Single Procurement Document) of the contract notice. All requirements for the procurement, as well as the contract terms, will be defined during the procurement procedure. All final requirements will be presented in the final invitation to tender.

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions
Innovative objective : The procured works, supplies or services are novel or significantly improved compared to other works, supplies, or services already on the market.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Description : Please see suitability requirements in full on the ESPD document
Use of this criterion : Used
Criterion :
Type : Other
Description : Please see suitability requirements in full on the ESPD document
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Description : Please see suitability requirements in full on the ESPD document
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : Please see suitability requirements in full on the ESPD document
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The criterion for the selection of the winning tender shall be the economically most advantageous tender and under that the best price-quality ratio. More information on the comparison criteria and their weighting are described in section Grounds for decision of the Invitation to participate. The weighting of price shall be within the range 70-90 %, as described in section Grounds for decision of the Invitation to participate.
Criterion :
Type : Quality
Name :
Description : The criterion for the selection of the winning tender shall be the economically most advantageous tender and under that the best price-quality ratio. More information on the comparison criteria and their weighting are described in section Grounds for decision of the Invitation to participate. The weighting of quality shall be within the range 10-30%, as described in section Grounds for decision of the Invitation to participate.
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

Deadline for requesting additional information : 22/04/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 09:00 +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 : To the extent relevant, conditions and terms of performance will be specified during the procurement procedure in the final invitation to tender.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : The candidate undertakes to sign a Non Disclosure Agreement submitted separately by VR to the selected tenderers after the selection of tenderers. Signing the Non Disclosure Agreement is required in order for the candidate to be able to proceed to the negotiation phase.
Financial arrangement : To the extent relevant, finance and payment terms will be specified during the procurement procedure in the final invitation to tender.

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 : Markkinaoikeus -
Organisation providing additional information about the procurement procedure : VR-Yhtymä Oyj / VR-Group Plc -

8. Organisations

8.1 ORG-0001

Official name : VR-Yhtymä Oyj / VR-Group Plc
Registration number : 1003521-5
Postal address : PL 488 (Radiokatu 3)
Town : Helsinki
Postcode : 00096
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Procurement unit
Email : etcs@vr.fi
Telephone : +358 294343
Internet address : http://www.vrgroup.fi
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : d19ea0c6-cbc6-4562-a68c-5ed8ffcd32e5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 10:55 +00:00
Notice dispatch date (eSender) : 07/04/2025 11:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00227222-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025