Framework agreement for the procurement of services in connection with traffic, transport and socio-economic analysis.

The Norwegian Public Roads Administration (hereafter called the Contracting Authority) would like to enter into a framework agreement for services within traffic analyses, transport analyses, socio-economic analyses, the accompanying tools and data to carry out the analyses, as well as consultancy and compilation of results. The aim of the procurement …

CPV: 71240000 Architectural, engineering and planning services, 71311200 Transport systems consultancy services, 71318000 Advisory and consultative engineering services
Place of execution:
Framework agreement for the procurement of services in connection with traffic, transport and socio-economic analysis.
Awarding body:
Statens vegvesen
Award number:
25/26667

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the procurement of services in connection with traffic, transport and socio-economic analysis.
Description : The Norwegian Public Roads Administration (hereafter called the Contracting Authority) would like to enter into a framework agreement for services within traffic analyses, transport analyses, socio-economic analyses, the accompanying tools and data to carry out the analyses, as well as consultancy and compilation of results. The aim of the procurement is to enter into a framework agreement with several tenderers and the framework agreement is divided three parts and three sub-contracts will be signed, divided in accordance with the following three disciplines: - Transport analyses - Traffic analyses - Socio-economy. Within each sub-contract, the work tasks will, for example, be calculations, analyses, advice and assistance. The framework agreement shall be signed with up to 10 tenderers: • Sub-contract 1 – Transport analyses of up to four tenderers. • Sub-contract 2 – Traffic analyses for up to 3 tenderers. • Sub-contract 3 - Socio-economy up to 3 tenderers
Procedure identifier : 94576b25-ac25-4e0e-abd0-c1e1683c3b84
Previous notice : 48f26059-995f-4ec3-9e4a-9289b89bd930-01
Internal identifier : 25/26667
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SUB-CONTRACT 1. Transport analyses (transport analyses and transport model calculations)
Description : The Norwegian Public Roads Administration (hereafter called the Contracting Authority) would like to enter into a framework agreement for services within traffic analyses, transport analyses, socio-economic analyses, the accompanying tools and data to carry out the analyses, as well as consultancy and compilation of results. The aim of the procurement is to enter into a framework agreement with several tenderers and the framework agreement is divided three parts and three sub-contracts will be signed, divided in accordance with the following three disciplines: - Transport analyses - Traffic analyses - Socio-economy. Within each sub-contract, the work tasks will, for example, be calculations, analyses, advice and assistance. The framework agreement shall be signed with up to 10 tenderers: • Sub-contract 1 – Transport analyses of up to four tenderers. • Sub-contract 2 – Traffic analyses for up to 3 tenderers. • Sub-contract 3 - Socio-economy up to 3 tenderers
Internal identifier : 1-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Options :
Description of the options : Option for 1+1 year extension.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 45 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price 30% Documentation requirement: The price form, Annex 1 Price Form for the sub-contract/trade theme for which the tenderer submits a tender, shall be completed. Remember to state the sub-contracts that a tender is submitted for by crossing the table.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : The offered personnel ́ relevant formal competence and experience
Description : Competence and experience of the offered resources. The following education categories are used: • Assignment manager/project manager • Siv.ing/academic education with a Masters degree etc. with 5 years experience or more. • Siv.ing/academic education with a Masters degree etc. with less than five years experience. • Engineer/personnel with bachelor degree or more with 5 years experience or more. • Engineer/personnel with bachelor's degree or less than 5 years experience. List of relevant/equivalent assignments carried out in the last 5 years, with a short description of the assignment ́s content and extent, contracting authority and assignment period, as well as the role the offered tenderer had. Documentation requirement: 1) CVs with an overview of the resource ́s education and experience. Maximum three are said per person per CV. 2) Complete annex 2, 5 relevant/equivalent assignments per offered resource. Maximum three sides per assignment 3) List of relevant/equivalent assignments. • It is the consultant's work that we would like a description of, not the project as such. • For each assignment, they should describe the consultant's role, scope (Hours or NOK), and they must state which of the offered resources participated in the project and what role the resource had in the project. If any of this information is missing, we should state that the assignment will not count towards the assessments. Maximum three sides per assignment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The waiting period is 28.07.2028, 23:59

5.1 Lot technical ID : LOT-0002

Title : SUB-CONTRACT 2. Traffic analyses (capacity calculations and simulations)
Description : The Norwegian Public Roads Administration (hereafter called the Contracting Authority) would like to enter into a framework agreement for services within traffic analyses, transport analyses, socio-economic analyses, the accompanying tools and data to carry out the analyses, as well as consultancy and compilation of results. The aim of the procurement is to enter into a framework agreement with several tenderers and the framework agreement is divided three parts and three sub-contracts will be signed, divided in accordance with the following three disciplines: - Transport analyses - Traffic analyses - Socio-economy. Within each sub-contract, the work tasks will, for example, be calculations, analyses, advice and assistance. The framework agreement shall be signed with up to 10 tenderers: • Sub-contract 1 – Transport analyses of up to four tenderers. • Sub-contract 2 – Traffic analyses for up to 3 tenderers. • Sub-contract 3 - Socio-economy up to 3 tenderers
Internal identifier : 2-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price Documentation requirement: The price form, Annex 1 Price Form for the sub-contract/trade theme for which the tenderer submits a tender, shall be completed. Remember to state the sub-contracts that a tender is submitted for by crossing the table.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : The offered personnel ́ relevant formal competence and experience
Description : Competence and experience of the offered resources. The following education categories are used: • Assignment manager/project manager • Siv.ing/academic education with a Masters degree etc. with 5 years experience or more. • Siv.ing/academic education with a Masters degree etc. with less than five years experience. • Engineer/personnel with bachelor degree or more with 5 years experience or more. • Engineer/personnel with bachelor's degree or less than 5 years experience. List of relevant/equivalent assignments carried out in the last 5 years, with a short description of the assignment ́s content and extent, contracting authority and assignment period, as well as the role the offered tenderer had. Documentation requirement: 1) CVs with an overview of the resource ́s education and experience. Maximum three are said per person per CV. 2) Complete annex 2, 5 relevant/equivalent assignments per offered resource. Maximum three sides per assignment 3) List of relevant/equivalent assignments. • It is the consultant's work that we would like a description of, not the project as such. • For each assignment, they should describe the consultant's role, scope (Hours or NOK), and they must state which of the offered resources participated in the project and what role the resource had in the project. If any of this information is missing, we should state that the assignment will not count towards the assessments. Maximum three sides per assignment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment
Description : The procurement of consultancy services is seen as a procurement that, in its nature, has a climate footprint and an environmental impact that is immaterial. This procurement does not include extensive travel activities. Consultancy services can be implemented digitally, with only an estimate that a small number of the meetings will be carried out physically. The procurement concerns consultancy services and is considered by DFØ as a service with immaterial climate footprint. In this procurement, the award criteria for environment is not weighted by 30%. The background for this is the exclusion provisions in the Public Procurement Regulations §7-9 fifth paragraph. (5) The obligation to make requirements or criteria according to this provision does not apply as the procurement in accordance with its nature (service procurement) has a climate footprint and an environmental impact that is immaterial. The system ́s nature is also not sufficiently defined to be able to define appropriate award criteria for this at the time of publication • The procurement concerns consultancy services and is considered by DFØL as a service with immaterial climate footprint. Chapter 7: Consultancy and analysis services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The waiting period is 28.07.2025(23:59)

5.1 Lot technical ID : LOT-0003

Title : SUB-CONTRACT 3. Socioeconomics (Benefit-cost analyses, EFFECT)
Description : The Norwegian Public Roads Administration (hereafter called the Contracting Authority) would like to enter into a framework agreement for services within traffic analyses, transport analyses, socio-economic analyses, the accompanying tools and data to carry out the analyses, as well as consultancy and compilation of results. The aim of the procurement is to enter into a framework agreement with several tenderers and the framework agreement is divided three parts and three sub-contracts will be signed, divided in accordance with the following three disciplines: - Transport analyses - Traffic analyses - Socio-economy. Within each sub-contract, the work tasks will, for example, be calculations, analyses, advice and assistance. The framework agreement shall be signed with up to 10 tenderers: • Sub-contract 1 – Transport analyses of up to four tenderers. • Sub-contract 2 – Traffic analyses for up to 3 tenderers. • Sub-contract 3 - Socio-economy up to 3 tenderers
Internal identifier : 3-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Options :
Description of the options : 1+1 year.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 45 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Documentation requirement: The price form, Annex 1 Price Form for the sub-contract/trade theme for which the tenderer submits a tender, shall be completed. Remember to state the sub-contracts that a tender is submitted for by crossing the table.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : The offered personnel ́ relevant formal competence and experience
Description : Competence and experience of the offered resources. The following education categories are used: • Assignment manager/project manager • Siv.ing/academic education with a Masters degree etc. with 5 years experience or more. • Siv.ing/academic education with a Masters degree etc. with less than five years experience. • Engineer/personnel with bachelor degree or more with 5 years experience or more. • Engineer/personnel with bachelor's degree or less than 5 years experience. List of relevant/equivalent assignments carried out in the last 5 years, with a short description of the assignment ́s content and extent, contracting authority and assignment period, as well as the role the offered tenderer had. Documentation requirement: 1) CVs with an overview of the resource ́s education and experience. Maximum three are said per person per CV. 2) Complete annex 2, 5 relevant/equivalent assignments per offered resource. Maximum three sides per assignment 3) List of relevant/equivalent assignments. • It is the consultant's work that we would like a description of, not the project as such. • For each assignment, they should describe the consultant's role, scope (Hours or NOK), and they must state which of the offered resources participated in the project and what role the resource had in the project. If any of this information is missing, we should state that the assignment will not count towards the assessments. Maximum three sides per assignment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : The waiting period is 28.07.2025(23:59)

6. Results

Value of all contracts awarded in this notice : 40 000 000 Norwegian krone
Maximum value of the framework agreements in this notice : 40 000 000 Norwegian krone
Approximate value of the framework agreements : 40 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 0 Norwegian krone
Re-estimated value of the framework agreement : 40 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : VIANOVA AS
Tender :
Tender identifier : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - VIANOVA AS
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - VIANOVA AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : NORCONSULT NORGE AS INVITASJON ØNSKES HER
Tender :
Tender identifier : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - NORCONSULT NORGE AS INVITASJON ØNSKES HER
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - NORCONSULT NORGE AS INVITASJON ØNSKES HER
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : TRANSPORTØKONOMISK INSTITUTT
Tender :
Tender identifier : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - TRANSPORTØKONOMISK INSTITUTT
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - TRANSPORTØKONOMISK INSTITUTT
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : Rambøll Norge AS
Tender :
Tender identifier : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - Rambøll Norge AS
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 1. Transportanalyser (transportanalyser og transportmodellberegninger) - Rambøll Norge AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 45 000 000 Norwegian krone
Re-estimated value of the framework agreement : 0 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : VIANOVA AS
Tender :
Tender identifier : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - VIANOVA AS
Identifier of lot or group of lots : LOT-0002
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - VIANOVA AS
Date of the conclusion of the contract : 04/08/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : NORCONSULT NORGE AS INVITASJON ØNSKES HER
Tender :
Tender identifier : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - NORCONSULT NORGE AS INVITASJON ØNSKES HER
Identifier of lot or group of lots : LOT-0002
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - NORCONSULT NORGE AS INVITASJON ØNSKES HER
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : ASPLAN VIAK AS
Tender :
Tender identifier : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - ASPLAN VIAK AS
Identifier of lot or group of lots : LOT-0002
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 2. Trafikkanalyser (kapasitetsberegninger og simuleringer) - ASPLAN VIAK AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 45 000 000 Norwegian krone
Re-estimated value of the framework agreement : 0 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Multiconsult Norge AS
Tender :
Tender identifier : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - Multiconsult Norge AS
Identifier of lot or group of lots : LOT-0003
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - Multiconsult Norge AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : Rambøll Norge AS
Tender :
Tender identifier : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - Rambøll Norge AS
Identifier of lot or group of lots : LOT-0003
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - Rambøll Norge AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025
Winner :
Official name : COWI AS
Tender :
Tender identifier : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - COWI AS
Identifier of lot or group of lots : LOT-0003
Value of the tender : 0 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : DELKONTRAKT 3. Samfunnsøkonomi (Nytte-kostnadsanalyser, EFFEKT) - COWI AS
Date of the conclusion of the contract : 04/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157500-2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Debra Gunnerød
Telephone : +47 98402742
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Oslo Tingrett
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : VIANOVA AS
Size of the economic operator : Large
Registration number : NO981420896MVA
Postal address : LEIF TRONSTADS PLASS 4 POSTBOKS 434
Town : SANDVIKA
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : +47 67817000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0004

Official name : NORCONSULT NORGE AS INVITASJON ØNSKES HER
Size of the economic operator : Large
Registration number : NO962392687MVA
Postal address : VESTFJORDGT. 4 POSTBOKS 626
Town : SANDVIKA
Postcode : 1338
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : +47 97009175
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0005

Official name : TRANSPORTØKONOMISK INSTITUTT
Size of the economic operator : Large
Registration number : NO959056773MVA
Postal address : Gaustadalleen 21
Town : OSLO
Postcode : 0349
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Email : kjo@toi.no
Telephone : +47 99257620
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

Official name : Rambøll Norge AS
Size of the economic operator : Large
Registration number : 915251293
Postal address : Harbitzalléen 5
Town : Oslo
Postcode : 0275
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 95802238
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0003

8.1 ORG-0007

Official name : ASPLAN VIAK AS
Size of the economic operator : Large
Registration number : 910209205
Postal address : Kjørboveien 20, Postboks 24
Town : Sandvika
Postcode : 1337
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : +47 91693707
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0008

Official name : Multiconsult Norge AS
Size of the economic operator : Large
Registration number : 918 836 519
Postal address : Nedre Skøyen vei 2
Town : Oslo
Postcode : 0276
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 99299936
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0009

Official name : COWI AS
Size of the economic operator : Large
Registration number : NO979364857MVA
Postal address : Karvesvingen 2
Town : OSLO
Postcode : 0579
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 48234246
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

Notice information

Notice identifier/version : 8a484497-f77d-4065-a7bd-869ca9e1b96a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 16/09/2025 07:37 +00:00
Notice dispatch date (eSender) : 16/09/2025 07:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00608156-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025