The Norwegian Public Roads Administration currently has challenges with keeping the existing technical installations in the Fløyfjell tunnel in operation. The automation plant lacks access to critical spare parts and emergency stations connected to the tunnel has exceeded its lifetime. The existing installations are old and compound, this involves a high risk of errors and system failures. The upgrading project must be carried out without significantly touching the existing installations. The E39 Fløyfjell tunnel is located in Bergen municipality and is the main thoroughfare from the north and east to the centre of Bergen. The southern lane (towards the centre) was opened for traffic in 1989 and has a length of 3,195 metres. The northern lane (from the centre) was opened for traffic in 1988 and has a length of 3,825 metres. Annual daily traffic (ÅDT) for the tunnel was approx. 48,000 in 2024. Work to be carried out (not exhaustively): New automation installations, new emergency power supply and new emergency stations shall be established and commissioned before the old facility can be removed. The automation installations shall have the capacity to handle the complete tunnel installations. New emergency power installations shall be established in new technical rooms that are supplied directly from respective network station, with new subscriptions. New conveying roads shall be established from new emergency power rooms towards new pipes in the new banquet in the tunnel.
Frist
Fristen for mottak av tilbud var 2026-04-08.
Anskaffelsen ble publisert 2026-03-06.
Kunngjøring av konkurranse (2026-03-06) Gjenstand Anskaffelsens omfang
Tittel: E39 Fløyfjell tunnel, upgrading of emergency stations and CRM installations
Referansenummer: 26/65003
Kort beskrivelse:
“The Norwegian Public Roads Administration currently has challenges with keeping the existing technical installations in the Fløyfjell tunnel in operation....”
Kort beskrivelse
The Norwegian Public Roads Administration currently has challenges with keeping the existing technical installations in the Fløyfjell tunnel in operation. The automation plant lacks access to critical spare parts and emergency stations connected to the tunnel has exceeded its lifetime.
The existing installations are old and compound, this involves a high risk of errors and system failures. The upgrading project must be carried out without significantly touching the existing installations.
The E39 Fløyfjell tunnel is located in Bergen municipality and is the main thoroughfare from the north and east to the centre of Bergen. The southern lane (towards the centre) was opened for traffic in 1989 and has a length of 3,195 metres. The northern lane (from the centre) was opened for traffic in 1988 and has a length of 3,825 metres. Annual daily traffic (ÅDT) for the tunnel was approx. 48,000 in 2024.
Work to be carried out (not exhaustively): New automation installations, new emergency power supply and new emergency stations shall be established and commissioned before the old facility can be removed. The automation installations shall have the capacity to handle the complete tunnel installations. New emergency power installations shall be established in new technical rooms that are supplied directly from respective network station, with new subscriptions.
New conveying roads shall be established from new emergency power rooms towards new pipes in the new banquet in the tunnel.
Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Elektroteknisk installasjonsarbeid📦 Beskrivelse
Beskrivelse av anskaffelsen:
“The Norwegian Public Roads Administration currently has challenges with keeping the existing technical installations in the Fløyfjell tunnel in operation....”
Beskrivelse av anskaffelsen
The Norwegian Public Roads Administration currently has challenges with keeping the existing technical installations in the Fløyfjell tunnel in operation. The automation plant lacks access to critical spare parts and emergency stations connected to the tunnel has exceeded its lifetime.
The existing installations are old and compound, this involves a high risk of errors and system failures. The upgrading project must be carried out without significantly touching the existing installations.
The E39 Fløyfjell tunnel is located in Bergen municipality and is the main thoroughfare from the north and east to the centre of Bergen. The southern lane (towards the centre) was opened for traffic in 1989 and has a length of 3,195 metres. The northern lane (from the centre) was opened for traffic in 1988 and has a length of 3,825 metres. Annual daily traffic (ÅDT) for the tunnel was approx. 48,000 in 2024.
Work to be carried out (not exhaustively): New automation installations, new emergency power supply and new emergency stations shall be established and commissioned before the old facility can be removed. The automation installations shall have the capacity to handle the complete tunnel installations. New emergency power installations shall be established in new technical rooms that are supplied directly from respective network station, with new subscriptions.
New conveying roads shall be established from new emergency power rooms towards new pipes in the new banquet in the tunnel.
Vis mer
Tilleggsinformasjon:
“Tilbudskonferanse vil finne sted 18.03.2026 kl. 12.00.
Tilbudskonferanse vil bli gjennomført digitalt via Teams.
Påmelding til tilbudskonferansen skjer...”
Tilleggsinformasjon
Tilbudskonferanse vil finne sted 18.03.2026 kl. 12.00.
Tilbudskonferanse vil bli gjennomført digitalt via Teams.
Påmelding til tilbudskonferansen skjer igjennom meldingssystemet i KGV.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-04-08 10:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 29
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“The contractor shall be a legally established company or consist of a community of
contractors who are legally established companies.
The requirement also...”
Liste og kort beskrivelse av regler og kriterier
The contractor shall be a legally established company or consist of a community of
contractors who are legally established companies.
The requirement also applies to entities that the contractor will use, cf. point 4.1 below.
The contractor shall not be a unit affected by the ban in the sanctions regulations of Ukraine § 8n, nor should it rely on entities in violation of § 8n.
Documentation requirement:
1. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the contractor or the entities that will jointly constitute the contractor, cf. B2 point 4.2, has been established, as well as an equivalent certificate for all entities that the contractor will use to be qualified, cf. B2 point 4.1.
2. Completed table in chapter E1 point 3.2, possibly completed points 3.3 and 3.4.
3. A completed self-declaration on the relation to applicable sanctions law, cf. E1 point 3.6.
4. Upon request from the builder, the contractor shall document who are real right holders in the contractor, companies in the contractor's group or companies that the contractor has controlling ownership or authority in, companies that the contractor will use, contractors and any other in the supplier chain, as well as information on who is the general manager, chairman and other senior employees at the contractor.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Qualification requirement:
Tenderers shall have sufficient economic and financial capacity to fulfil the contract, and shall also fulfil the following...”
Liste og kort beskrivelse av regler og kriterier
Qualification requirement:
Tenderers shall have sufficient economic and financial capacity to fulfil the contract, and shall also fulfil the following requirements:
Tenderers shall have equity of minimum NOK 20 million.
Tenderers shall have an equity ratio of at least 10%.
Tenderers shall have an average annual turnover of minimum NOK 200 million in the last three financial years.
Documentation requirement:
1. The tenderer's annual financial statement, annual report and auditor's report for the last three years and recent information (quarterly accounts) that is of importance to the tenderer's fiscal numbers.
2. A brief account of information on economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards. The account shall also include any events of significance that have occurred after the last revised annual accounts.
3. An overview of any recently executed, ongoing or pending tax or public reviews of the contractor's activities.
4. Completed table in chapter E1 point 4.
If the contractor has a justifiable reason for not submitting the documentation that the builder has demanded, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy and which the builder deems suitable. The contractor shall justify why he cannot present the documentation the builder has demanded.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Qualification requirement:
Tenderers shall have sufficient experience with management and execution of road projects of a relevant nature and degree of...”
Liste og kort beskrivelse av regler og kriterier
Qualification requirement:
Tenderers shall have sufficient experience with management and execution of road projects of a relevant nature and degree of difficulty.
The contractor shall, in addition, have sufficient experience of a relevant nature and degree of difficulty from the following central works:
1. Electro technical installations (Electric power) in the tunnel renovation project for a road tunnel (establishment, installation and commissioning).
2. Ecom and automation in the tunnel renovation project for a road tunnel.
3. Water and frost protection in the road tunnel.
4. Ditch work in the road tunnel.
5. Work notification (ÅDT >30,000).
6. Work protection on high traffic roads (ÅDT >30,000).
The contractor shall have experience from the execution of the central works as mentioned above. If the contractor only has experience from, for example, managing contract helpers, the contractor must rely on other entities that have the necessary experience from the execution of the relevant central works, see B2 point 4.1.
Documentation requirement:
1. A list of up to 10 and not less than 3 contracts that the contractor has carried out or execute during the last ten years calculated from the deadline for submitting tenders to the competition. The minimum and maximum limit applies to the total number of reference projects, and is the same regardless of whether the tenderer fulfils the qualification requirement alone or relies on others to fulfil the qualification requirement. The list shall, cf. the form included in chapter E1 point 5.1, contain the following for each of the contracts:
• Name of the recipient (contracting authority)
• A description of what the contract work was like, including relevance to the qualification requirement.
• What work was carried out by the contractor himself and what work was carried out by sub-suppliers.
• Date of the delivery.
• The contract ́s value.
• Reference person/gender neutral preferred at the contracting authority with contact data (telephone number and email address) and a statement of the person in question ́s role at the builder during the contract. The gender neutral preferred may be contacted in order to verify that the information in the form is correct. The contractor will be responsible for ensuring that the reference person is available.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“2.5.1. Management System for Environment
Qualification requirement:
Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU...”
Liste og kort beskrivelse av regler og kriterier
2.5.1. Management System for Environment
Qualification requirement:
Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or The Eco-Lighthouse Scheme, with relevance to equivalent transport projects.
Documentation requirement:
1. Certificate issued by an independent body that documents that the contractor is certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Managment) or The Environmental Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries.
2. Other documentation for equivalent environmental management measures will be accepted if the contractor is unable to obtain such certificates by the deadline, and this is not due to the contractor himself. It is a prerequisite that the contractor documents that these measures are equivalent to the requested environment systems or standards. The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“2.5.2. Management System for Quality
Qualification requirement:
The contractor shall be certified in accordance with ISO 9001 (2015), of relevance for...”
Liste og kort beskrivelse av regler og kriterier
2.5.2. Management System for Quality
Qualification requirement:
The contractor shall be certified in accordance with ISO 9001 (2015), of relevance for equivalent transport projects.
Documentation requirement:
1. Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries.
2. Other documentation for equivalent quality assurance measures will be accepted if the contractor is unable to get such certificates by the deadline, and this is not due to the contractor himself. It is a prerequisite that the contractor documents that these measures are equivalent to ISO 9001 (2015). The contractor shall justify why he did not have the opportunity to receive such certificates by the deadline, and what this is due to.
“Tilbudskonferanse vil finne sted 18.03.2026 kl. 12.00.
Tilbudskonferanse vil bli gjennomført digitalt via Teams.
Påmelding til tilbudskonferansen skjer...”
Tilbudskonferanse vil finne sted 18.03.2026 kl. 12.00.
Tilbudskonferanse vil bli gjennomført digitalt via Teams.
Påmelding til tilbudskonferansen skjer igjennom meldingssystemet i KGV.
Vis mer Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C.J. Hambros plass 4
Postnummer: 0125
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 048-164429 (2026-03-06)