Road marking Østfold and Follo 2025-2027

The works include transverse and longitudinal road markings with sprayed thermoplastic and spray plastic along national and European roads, with the accompanying cycle path network. The workers also include milling for road marking and removing road markings. Also includes cleaning before laying longitudinal and transverse marking. The geographical area is …

CPV: 34922100 Silniční značení, 45000000 Stavební práce, 45233141 Práce na údržbě silnic, 45233130 Stavební úpravy pro dálnice
Místo provedení:
Road marking Østfold and Follo 2025-2027
Misto zadání:
Statens vegvesen
Číslo zakázky:
24/323781

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 : Road marking Østfold and Follo 2025-2027
Description : The works include transverse and longitudinal road markings with sprayed thermoplastic and spray plastic along national and European roads, with the accompanying cycle path network. The workers also include milling for road marking and removing road markings. Also includes cleaning before laying longitudinal and transverse marking. The geographical area is Østfold and parts of Akershus with road references: From E6 S1D1 up to and including Ev6 S13D1 From E18 S58D1 up to and including E18 S68D1 From Ev134 S48D1 m2400 up to and including Ev134 S49D1 National road 22 from s1d1 to national road 22 S12D1 This is a multi-year contract, and decisions on what stretches work shall be carried out and the type of work that shall be carried out on them each year, must be planned in close cooperation with the tenderer. The planning will be based on information on the need for road marking, including information on damage development and available budgets. This contract contains special provisions in chapters C3, points 2 and 3 on interaction, planning and cooperation with the tenderer on this. The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
Procedure identifier : eaa9c8c2-5481-4d0d-88ad-52ee1329cfbe
Previous notice : 52787137-0375-4c13-925e-b69d087193c2-01
Internal identifier : 24/323781
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34922100 Road markings
Additional classification ( cpv ): 45233130 Construction work for highways
Additional classification ( cpv ): 45233141 Road-maintenance works

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 116 000 000 Norwegian krone

2.1.4 General information

Additional information : A tender conference will not be held in this competition.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Road marking Østfold and Follo 2025-2027
Description : The works include transverse and longitudinal road markings with sprayed thermoplastic and spray plastic along national and European roads, with the accompanying cycle path network. The workers also include milling for road marking and removing road markings. Also includes cleaning before laying longitudinal and transverse marking. The geographical area is Østfold and parts of Akershus with road references: From E6 S1D1 up to and including Ev6 S13D1 From E18 S58D1 up to and including E18 S68D1 From Ev134 S48D1 m2400 up to and including Ev134 S49D1 National road 22 from s1d1 to national road 22 S12D1 This is a multi-year contract, and decisions on what stretches work shall be carried out and the type of work that shall be carried out on them each year, must be planned in close cooperation with the tenderer. The planning will be based on information on the need for road marking, including information on damage development and available budgets. This contract contains special provisions in chapters C3, points 2 and 3 on interaction, planning and cooperation with the tenderer on this. The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines.
Internal identifier : 24/323781

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34922100 Road markings
Additional classification ( cpv ): 45233130 Construction work for highways
Additional classification ( cpv ): 45233141 Road-maintenance works
Options :
Description of the options : The contract applies for the period from 2025 (signing of the contract) to 2027-12-31. If agreed, the parties can extend the contract for a further 12 months, cf. chapter C4, point 3.

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 116 000 000 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
Additional information : A tender conference will not be held in this competition.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The contracting authority will choose tenders on the basis of the lowest price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Cost
Name : Reasons for the use of climate and environmental requirements.
Description : According to the Public Procurement Regulations § 7-9 (4), the award criterion in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect. The climate and environmental impact of this procurement is mainly related to emissions from the materials, including drop-on materials, which are used for road marking. There are currently no comparable EPDs or data that allow calculations on greenhouse gas emissions in VegLCA for this. A market dialogue was held prior to the contracts that started in 2024, it emerged that the industry needed at least 6 months to prepare EPDs for the road marking materials. EpDs were therefore required to be delivered within six months of signing the contract. A very limited number of EPDs were received in the contracts that started in 2024. The received EPDs did not include drop-on materials. The drop-on material (material that shall ensure reflective material) is a major contributor as regards greenhouse gas emissions. The existing EPDs for road marking materials are not directly comparable, which is a prerequisite for using award criteria. The reason is that they are prepared in different places without joint PCR (Product category rules - rules for what the analysis that will form the basis for the EPD shall cover).). There is a cPCR Road marking systems at the hearing with an estimated publication date set for June 2025. In autumn 2024 a new market dialogue was held with the industry, connected to weighting climate and the environment in road marking contracts. In addition, the theme was up at the annual road marking conference. Market maturity Expensive and very heavy equipment is used in the implementation phase. The equipment is used nationwide and marking can only occur during the bare ground season. The costs involved in writing down equipment are therefore high. As of now, there are no zero emission machines on the market and the industry has doubts about whether it could be relevant in the next few years. As a result of the weight of equipment and the same equipment being used nationwide for marking both the state and the counties, it is not considered appropriate to set requirements for zero emission machines now. It is connected to the availability of zero emission machines and accessibility to charging stations. It is, therefore, not suitable as an award criterion. Based on the submitted EPDs and the dialogue with the branch, we have concluded that it is not possible to weight climate in the competitions for the life cycle modules A1-A3, C1-C4 and D in a way that ensures competition in equal vilkår.pr. Time. A decision has also been made as to whether it is possible to weight the modules A4-A5, but as of now there are no secure methods to ascertain/check that either budget or accounting are based on real values. This means that it is clear that it gives a better climate and environmental effect by using requirements as this sets a minimum level that it is uncertain if it is achieved by using the award criteria as the market is not mature. By setting minimum requirements in the contract, we are largely ensured a climate and environmental effect and we therefore consider the climate and environmental gains in this procurement to be better safeguarded through such a requirement position rather than the use of climate and environment as the award criteria. • Requirement of the P-class. Requirements are made in contract D1.1 for the use of certified road marking materials with given P-classes. The classes specify the lifetime of the materials. The P-class choice will be based on what gives the optimum lifetime of road markings. • A budget shall be submitted for A4 and A5 when tenders are submitted for contracts starting in 2025 (C3 points 12 and C4 point 5. It will provide a basis for assessing how large differences there can be on different schemes for the execution and later weighting of CO2. • The delivery of a complete EPD (C3-point 12) as well as additional information (C4-point 5) for each life cycle modules A1-A5, C1-C4 and D is required by the end of 2025. • The LCA is required to be delivered for the road marking materials (C3-point 12). • It is open to contractors to propose alternative solutions that provide gains for climate/environment (C3-point 15). • Euro 6 requirement for all lorries (C4-point 4) • A minimum of 90% of all vehicles with light vehicles shall be emission free (C2 point 34). • Waste management requirements (C2-30.5). Tenderers are required to be certified in accordance with ISO 14001 or equivalent recognised systems, at the latest 3 months after the start of the work (C2-point 22.1).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : Oslo tingrett -
Information about review deadlines : Stated in the tender documentation.
Organisation signing the contract : Statens vegvesen

6. Results

Value of all contracts awarded in this notice : 176 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Hot Mix Oy Finland
Tender :
Tender identifier : Vegoppmerking Østfold og Follo 2025-2027 - Hot Mix Oy Finland
Identifier of lot or group of lots : LOT-0000
Value of the tender : 51 792 765 Norwegian krone
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Vegoppmerking Østfold og Follo 2025-2027 - Hot Mix Oy Finland
Date on which the winner was chosen : 13/03/2025
Date of the conclusion of the contract : 24/04/2025
Organisation signing the contract : Statens vegvesen

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 1
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

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) : Innlandet ( NO020 )
Country : Norway
Contact point : Marianne Rogne
Telephone : +47 41564215
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation signing the contract

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
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hot Mix Oy Finland
Size of the economic operator : Medium
Registration number : FI23185001
Postal address : PL 4
Town : Lieto
Postcode : 21421
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 401375110
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000
Notice information
Notice identifier/version : 588d860c-dc64-4f9d-8ca8-88f735a47b0d - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/06/2025 12:13 +00:00
Notice dispatch date (eSender) : 17/06/2025 12:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00394595-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025