County road 17 Storvikskar tunnel - upgrading of tunnel TSFF

Nordland county invites tenderers to a competition for county road 17 Storvikskar tunnel – upgrading of tunnelSFF. Nordland county invites tenderers to a competition for county road 17 Storvikskar tunnel – upgrading of tunnelSFF.

CPV: 45000000 Construction work, 45221240 Construction work for tunnels, 45221241 Road tunnel construction work, 45221247 Tunnelling works, 45232411 Foul-water piping construction work, 45232450 Drainage construction works, 45233100 Construction work for highways, roads, 45233300 Foundation work for highways, roads, streets and footpaths, 45310000 Electrical installation work, 45316000 Installation work of illumination and signalling systems
Place of execution:
County road 17 Storvikskar tunnel - upgrading of tunnel TSFF
Awarding body:
Nordland fylkeskommune
Award number:
2025/10041

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : County road 17 Storvikskar tunnel - upgrading of tunnel TSFF
Description : Nordland county invites tenderers to a competition for county road 17 Storvikskar tunnel – upgrading of tunnelSFF.
Procedure identifier : a04cdc36-64b6-46b7-beb3-313817fbe4d4
Previous notice : 4ed2479f-47e1-4829-a2ba-2ae6bbbae3e8-01
Internal identifier : 2025/10041
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the annex for a description of the assignment.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45221241 Road tunnel construction work
Additional classification ( cpv ): 45221247 Tunnelling works
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45232450 Drainage construction works
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233300 Foundation work for highways, roads, streets and footpaths
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Road development, upgrading of tunnels

5. Lot

5.1 Lot technical ID : LOT-0000

Title : County road 17 Storvikskar tunnel - upgrading of tunnel TSFF
Description : Nordland county invites tenderers to a competition for county road 17 Storvikskar tunnel – upgrading of tunnelSFF.
Internal identifier : 2025/10041

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45221240 Construction work for tunnels
Additional classification ( cpv ): 45221241 Road tunnel construction work
Additional classification ( cpv ): 45221247 Tunnelling works
Additional classification ( cpv ): 45232411 Foul-water piping construction work
Additional classification ( cpv ): 45232450 Drainage construction works
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233300 Foundation work for highways, roads, streets and footpaths
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 28/02/2027

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Climate and environment
Description : The criteria assessment is based on responses to the award criteria. Points will be given on a scale up to 10 points. 1.1 Handling matter and transporting matter Plan for mass handling: Tenderers shall submit a plan for mass handling that describes: Logistics for handling matter, including a plan for depositing and temporary storage. How the transport of matter is minimised in the project. Possibilities for reuse of matter from other projects in the surrounding area and/or use of surplus masses from the project in other projects in the surrounding area. Measures for reuse of on-site matter through reuse, cleaning, crushing, sorting and other measures that reduce the need for added new matter. Handling polluted matter. Documentation requirement: Written response to the criterion plan for mass handling. Tenderers are requested to provide a binding description of maximum 3 pages. The evaluation of the criterion is based on the description. Points will be given on a scale from 0-10, with 10 being the best. The best rated response will receive up to 10 points. I.e. best responses will not necessarily get 10 points (normalisation is not done). 1.2 Other climate and environmental measures Tenderers shall describe what measures are offered for further reduction of greenhouse gas emissions, as well as measures with positive effect on environmental conditions and the natural environment. The contracting authority will give points based on the following: Machines Materials Other conditions that have a positive effect on the environment and climate. Machinery: A count is given for site machines and vehicles that are emission-free and fossil-free (as emission-free energy carriers are considered; electricity, hydrogen and district heating, as fossil free energy carriers are considered; biodiesel and biogas). Under this point, we score higher the more machines you can deliver that are emission-free or fossil-free. Construction power is not available for larger machines at the site area, this must be handled by the contractor. The following documentation shall be provided: Tenderers shall enclose a list of machines and vehicles (Annex 1) that shall be used at the facility with an accompanying overview of fuel technology. Materials: Reuse of materials and the choice of materials that have lower emissions from production and freight, e.g. reusable asphalt, low carbon concrete or climate neutral pipe products. All materials shall be in accordance with the quality described in the description. Other conditions that have a positive effect on climate and the environment: Description of the solutions and measures that the contractor would like to carry out beyond that stated in the above list. Documentation requirement: Written response to the criterion other climate and environmental measures. Completed list of machines and vehicles - D2-91. Tenderers are requested to provide a binding description of maximum 3 pages. The evaluation of the criterion is based on the description. Points will be given on a scale from 0-10, with 10 being the best. The best rated response will receive up to 10 points. I.e. best responses will not necessarily get 10 points (normalisation is not done).
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Execution and assignment comprehension
Description : Implementation and assignment comprehension means a description of the planned execution of the project, with the resources and systems that the tenderer has chosen. The contracting authority will emphasise the following conditions in the evaluation of the implementation plan: •Tenderers must show the order of the different work operations that the tenderer believes are important for the execution. •Tenderers must describe which resources and systems have been chosen for the work operations that the tenderer believes are important for the execution of the contract work. •The tenderer ́s assessment of the most critical conditions connected to HSE, quality and progress that can affect the execution of the work operations that the tenderer believes are important for the execution. Documentation requirement: Tenderers shall submit written responses to this award criteria. The response to this criteria that the tenderer delivers shall not be more than 8 pages. The contracting authority will assess whether the tenderer has made a sufficient assessment of the assignment with regard to important elements in relation to ordering activity and execution challenges connected to this contract. When evaluating the tenders, the contracting authority will compare the responses against the others. A comprehensive evaluation will be carried out and an overall score will be given for the response. The best rated response will receive up to 10 points and the rest will be assessed on that.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Price
Name : Price
Description : Contract Sum
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3

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 : Salten og Lofoten tingrett
Information about review deadlines : Processing sequentially

6. Results

Value of all contracts awarded in this notice : 240 343 060 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : BMO Tunnelsikring AS
Subcontractors of the winner :
Official name : Mesta AS Madsen Roald AS Total Trafikkhjelp AS Trafsys AS
Tender :
Tender identifier : BMO Tunnelsikring AS
Identifier of lot or group of lots : LOT-0000
Value of the tender : 240 343 060 Norwegian krone
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : BMO Tunnelsikring AS
Date on which the winner was chosen : 20/06/2025
Date of the conclusion of the contract : 04/07/2025

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Øyvind Wasmuth
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826723122
Postal address : Postboks 322
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75434900
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : BMO Tunnelsikring AS
Size of the economic operator : Medium
Registration number : 995288621
Postal address : Magnusvegen 16-18
Town : Arnatveit
Postcode : 5262
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : BMO Tunnelsikring AS
Email : so@bmo.no
Telephone : 90928692
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
The winner is listed on a regulated market

8.1 ORG-0004

Official name : Mesta AS
Size of the economic operator : Medium
Registration number : 992804440
Postal address : c/o Visma Services Norge AS postboks 3210
Town : TRONDHEIM
Postcode : 7435
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Mesta AS
Telephone : 91505200
Fax : 69209301
Roles of this organisation :
Subcontractor

8.1 ORG-0005

Official name : Madsen Roald AS
Size of the economic operator : Medium
Registration number : 925510610
Postal address : Kvaløyvegen 304
Town : TROMSØ
Postcode : 9016
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Madsen Roald AS
Telephone : 77685140
Fax : 77685107
Roles of this organisation :
Subcontractor

8.1 ORG-0006

Official name : Total Trafikkhjelp AS
Size of the economic operator : Small
Registration number : 911668173
Postal address : Daneljordet
Town : Mosjøen
Postcode : 8656
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Total Trafikkhjelp AS
Telephone : 97013744
Roles of this organisation :
Subcontractor

8.1 ORG-0007

Official name : Trafsys AS
Size of the economic operator : Medium
Registration number : 947080687
Postal address : Fjellsdalen 3
Town : Bønes
Postcode : 5155
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Trafsys AS
Telephone : 55208690
Roles of this organisation :
Subcontractor

Notice information

Notice identifier/version : 8ddae6d4-3165-483f-9dc3-ba72747b239a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/07/2025 08:10 +00:00
Notice dispatch date (eSender) : 04/07/2025 09:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00437866-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025