SVV Vest - Road marking rv&ev 2025-2027

The assignment includes longitudinal road markings with spray plastic and sprayed thermoplastic, as well as cleaning and removing road markings on national and European roads with the accompanying cycle path network. The assignment will also include transverse road markings with text and symbols from the contract ́s 2nd year. The …

CPV: 45000000 Construction work, 34922100 Road markings
áit fhorghníomhaithe:
SVV Vest - Road marking rv&ev 2025-2027
clárlann:
Statens vegvesen
uimhir dámhachtana:
24/293387

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 : SVV Vest - Road marking rv&ev 2025-2027
Description : The assignment includes longitudinal road markings with spray plastic and sprayed thermoplastic, as well as cleaning and removing road markings on national and European roads with the accompanying cycle path network. The assignment will also include transverse road markings with text and symbols from the contract ́s 2nd year. The geographical area is Vestland and Rogaland County. The following stretch of road that stretches beyond the county border also applies: - From Rogland/Agder border Ev39 S111D1 m0 to Ev39 S114D1 m100 to Flekkefjord. The work includes repairs of lines and objects on existing road covers as well as marking on new road covers.
Procedure identifier : 178a8cc2-a5f8-42e9-a64f-2a41e46f8aad
Previous notice : 4566b4bd-40ae-4dbb-8fdf-feea7e6a8899-01
Internal identifier : 24/293387
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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 213 655 500 Norwegian krone

2.1.4 General information

Call for competition is terminated
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 : SVV Vest - Road marking rv&ev 2025-2027
Description : The assignment includes longitudinal road markings with spray plastic and sprayed thermoplastic, as well as cleaning and removing road markings on national and European roads with the accompanying cycle path network. The assignment will also include transverse road markings with text and symbols from the contract ́s 2nd year. The geographical area is Vestland and Rogaland County. The following stretch of road that stretches beyond the county border also applies: - From Rogland/Agder border Ev39 S111D1 m0 to Ev39 S114D1 m100 to Flekkefjord. The work includes repairs of lines and objects on existing road covers as well as marking on new road covers.
Internal identifier : 24/293387

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34922100 Road markings
Options :
Description of the options : 1+1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 213 655 500 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.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
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 During the execution phase, expensive and very heavy equipment is used. 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 subsequent weighting of CO2. • The delivery of complete EPD (C3-point 12) as well as additional information (C4-point 5) for each life course modules A1-A5, C1-C4 and D will be required by the end of 2025. • Tenderers are required to submit LCA for the road marking materials (C3-point 12) • It is open for contractors to propose alternative solutions that provide gains for climate/environment (C3-point 15). • EURO 6 requirement on all lorries (C4-point 4) • Requirement that at least 90% of all vehicles carrying 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).
Weight (percentage, exact) : 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
Organisation signing the contract : Statens vegvesen

6. Results

Value of all contracts awarded in this notice : 197 852 845 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Vegmerking Vest AS
Tender :
Tender identifier : SVV Vest - Vegoppmerking RV&EV 2025-2027 - Vegmerking Vest AS
Identifier of lot or group of lots : LOT-0000
Value of the result : 90 900 823 Norwegian krone
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : SVV Vest - Vegoppmerking RV&EV 2025-2027 - Vegmerking Vest AS
Date on which the winner was chosen : 11/03/2025
Date of the conclusion of the contract : 04/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Statens vegvesen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4
Range of tenders :
Value of the lowest admissible tender : 90 900 823 Norwegian krone

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
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 : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Vegmerking Vest AS
Registration number : 995312069
Postal address : Fleslandsvegen 141
Town : Blomsterdalen
Postcode : 5258
Country : Norway
Telephone : +47 90613379
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : b0fa5e08-a8a9-4291-9113-1cf99d8959f0 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/04/2025 07:56 +00:00
Notice dispatch date (eSender) : 15/04/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00249805-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025