Road maintenance contract Vestland South 2025-2026

The contract work includes various maintenance work (call-offs) in the geographical area vestland south (includes operational contracts 1203 Nordhordland, 4603 SABO-Sotra/Askøy/Bergen/Øygarden and 4604 BOA-Bergen/Os/Austevoll) in Vestland county. The work includes minor measures on county roads. This is a project with several smaller call-offs, where the production is mainly connected to …

CPV: 45000000 Bauarbeiten, 45233141 Straßeninstandhaltungsarbeiten, 45233100 Bauarbeiten für Fernstraßen und Straßen, 45233140 Straßenarbeiten, 45233220 Oberbauarbeiten für Landstraßen, 50230000 Reparatur, Wartung und zugehörige Dienste in Verbindung mit Straßen und anderen Einrichtungen
Ausführungsort:
Road maintenance contract Vestland South 2025-2026
Vergabestelle:
Vestland fylkeskommune
Vergabenummer:
VLFK/24/297

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Road maintenance contract Vestland South 2025-2026
Description : The contract work includes various maintenance work (call-offs) in the geographical area vestland south (includes operational contracts 1203 Nordhordland, 4603 SABO-Sotra/Askøy/Bergen/Øygarden and 4604 BOA-Bergen/Os/Austevoll) in Vestland county. The work includes minor measures on county roads. This is a project with several smaller call-offs, where the production is mainly connected to areas such as reinforcement measures, traffic safety, public transport and other minor improvement measures on foot/cycle paths and county roads.
Procedure identifier : c9e0c70c-fd0f-43ce-8c81-f36d4cf90af3
Previous notice : 53ee0968-67d3-49e6-9dfa-0d64944fb62b-01
Internal identifier : VLFK/24/297
Type of procedure : Open
The procedure is accelerated : no
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 ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works
Additional classification ( cpv ): 45233220 Surface work for roads
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Road maintenance contract Vestland South 2025-2026
Description : The contract work includes various maintenance work (call-offs) in the geographical area vestland south (includes operational contracts 1203 Nordhordland, 4603 SABO-Sotra/Askøy/Bergen/Øygarden and 4604 BOA-Bergen/Os/Austevoll) in Vestland county. The work includes minor measures on county roads. This is a project with several smaller call-offs, where the production is mainly connected to areas such as reinforcement measures, traffic safety, public transport and other minor improvement measures on foot/cycle paths and county roads.
Internal identifier : VLFK/24/297

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works
Additional classification ( cpv ): 45233220 Surface work for roads
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 03/02/2025
Duration end date : 31/12/2026

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : A contract will be awarded to the tenderer with the lowest price, cf. the procurement regulations § 8-11. Weighting of climate and environmental considerations has been replaced with climate and environmental requirements in the requirement specifications, cf. the Public Procurement Regulations § 7-9 (4). The justification for the exception is in annex D2-5 to the tender documentation.
Fixed value (total) : 100
Criterion :
Type : Quality
Name :
Description : Introduction: The starting point in accordance with the Public Procurement Regulations (FOA) § 7-9 is that the contracting authority shall emphasise climate and environmental considerations with a minimum of thirty percent, cf. the Public Procurement Regulations § 7-9 (2). According to the Public Procurement Regulations § 7-9 (4), climate and environment considerations in the award criteria can be replaced with climate and environmental requirements in the requirement specification. The prediction is that this has a clearly better effect than when weighting. Vestland County has carried out a mapping of greenhouse gas emissions in this project, identified the largest contributors to the climate gas emissions and set requirements to reduce the level of emissions. The effect of these requirements is considered to be clearly better than what one can reasonably wait to achieve with weighting. This is the basis that Vestland County in this project will not use climate and environmental considerations as the award criteria. Comprehensive justifications are included. Grounds: This contract is currently valid. VegLCA mapped climate gas emissions based on the amounts in the tender documentation. This gives us an overview of the largest emission sources in the project so that we can direct action on these. At VegLCA we see that the largest emission fire is under the record 'other', and the enclosed ones are, in decreasing order, fuel consumption, cast-on-site concrete and asphalt. As it is difficult to identify where the lips in the 'other' item are located, we have considered it most appropriate to focus on reducing emissions from the largest remaining emission sources. We see that in the market there is good access to the most climate-friendly alternatives to materials that are practical for use in the project, such as low carbon A concrete and low temperature asphalt (LTA). Based on this we believe that the minimum requirement is best suited for reducing the total climate and environmental load for this procurement. We will set minimum requirements for the following: 1. Asphalt: approx. 7% of emissions. After a dialogue with the professional resource on asphalt, we have chosen to request low temperature asphalt (LTA) combined with up to 40% reusable asphalt. Based on the small amounts in the contract, access to LTA and experience from previous contracts, we see it as most appropriate to set requirements rather than the award criteria. We have chosen to follow DFØ ́s recommendation for formulation of requirements for asphalt, with a 'forwarding' level to promote emission reduction. LTA and re-used asphalt are required to have a positive climate and environmental effect: From the Criteria Wizard (anskaffelser.no): Low temperature asphalt: when using low temperature asphalt (LTA), we reduce emissions by - 30-40% CO2 from production as a result of lower consumption of burning media (diesel/gas) - up to 35% SO2 from production. - 10-30% from production. - 60-70% NOx from production. - 25-55% dust from production Reusable asphalt: Use of reusable asphalt is one of the contributions to achieving the goal of 40-50% CO2 reduction from the construction, operation and maintenance of infrastructure in the National Transport Plan. For every 10% re-used asphalt in new asphalt, the CO2 emissions are reduced by 6%. 2. Concrete: approx. 21% of emissions. Based on a dialogue with the skilled resources on concrete, we would like concrete with class low carbon A, based on low carbon class A being the best concrete class possible for smaller and occasional casting jobs in relation to, for example, hardening. This is also a product that local concrete mixing works can deliver at the time of the tender offer. By setting minimum requirements for concrete that corresponds to the best concrete class that can be delivered to the project, we will have better climate effect than having this as an award criterion. We have also made calculations in VegLCA where we have uniformed emissions from industry standards with low carbon A, noko which suggests a reduction of 43 tonnes of CO2eq. 3. Emission free vehicles below 3.5h. Site machines account for approx. 23% of emissions. Due to poor access to electricity in the different call-offs and geographical distance, it is practically difficult to achieve zero emission technology on the large machines. It is, therefore, not appropriate to set this as an award criterion or minimum requirement. We have set a requirement that vehicles under 3.5t shall be zero emissions, in order to ensure that we have a reduction of emissions from machines and vehicles when practically possible. All machines at idle shall be shut off after 3 minutes, by using automatic stop function. Systems for automatic stops reduce idling, which typically make up 5% of the total consumption. Auto stop reduces idling by approximately 10-20%.
Fixed value (total) : 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 : Hordaland tingrett
Organisation signing the contract : Vestland fylkeskommune

6. Results

Value of all contracts awarded in this notice : 58 511 844 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Mesta AS
Tender :
Tender identifier : Vegvedlikeholdskontrakt Vestland Sør 2025-2026
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : -
Title : Road maintenance contract Vestland Sør 2025-2026-Mesta AS
Date on which the winner was chosen : 28/01/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Vestland fylkeskommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Sartor & Drange AS
Tenderer :
Official name : Løvaas Maskin AS
Tenderer :
Official name : R nielsen Entreprenør as
Tenderer :
Official name : Presis Vegdrift AS
Tenderer :
Official name : Jordalen Entreprenør AS
Tenderer :
Official name : Vassbakk & Stol A.S
Tenderer :
Official name : Hirth Himle Entreprenør As

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Infrastruktur og veg
Postal address : Postboks 7900
Town : BERGEN
Postcode : 5020
Country : Norway
Contact point : Marius Hegesøn Råve
Telephone : +47 05557
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Sartor & Drange AS
Registration number : 957213219
Department : Salg
Postal address : Idtrettsvegen 156
Town : Straume
Postcode : 5353
Country : Norway
Contact point : Rune Grimstad
Telephone : 56313690
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Løvaas Maskin AS
Registration number : 925264342
Department : Salg
Postal address : Barliveien 21
Town : Bergen/ Fyllingsdalen
Postcode : 5142
Country : Norway
Contact point : Eirik Løvaas
Telephone : 55176070
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : Mesta AS
Registration number : 992804440
Department : Salg
Postal address : Strandveien 15
Town : Lysaker
Postcode : 1326
Country : Norway
Contact point : Stian Tørlen
Telephone : +4705200
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0006

Official name : R nielsen Entreprenør as
Registration number : 918529551
Department : Salg
Postal address : valestrandsfossen
Town : eide 14
Postcode : 5281
Country : Norway
Contact point : ruben nielsen
Telephone : +004790140085
Roles of this organisation :
Tenderer

8.1 ORG-0007

Official name : Presis Vegdrift AS
Registration number : 914888794
Department : KOFU
Postal address : Hardangervegen 129
Town : Nesttun
Postcode : 5226
Country : Norway
Contact point : Joakim Hammersland
Telephone : +47 99 50 48 76
Roles of this organisation :
Tenderer

8.1 ORG-0008

Official name : Jordalen Entreprenør AS
Registration number : 975930017
Department : Salgsavdelingen
Town : Voss
Country : Norway
Contact point : Gunnn Mari Gjerme
Telephone : 56520900
Roles of this organisation :
Tenderer

8.1 ORG-0009

Official name : Vassbakk & Stol A.S
Registration number : 927048841
Department : Vestland
Postal address : Pb 63
Town : Kopervik
Postcode : 4250
Country : Norway
Contact point : Stian Brakstad
Telephone : +4755197280
Roles of this organisation :
Tenderer

8.1 ORG-0010

Official name : Hirth Himle Entreprenør As
Registration number : 896803212
Department : Hirth Himle Entreprenør AS
Postal address : Kytesvegen 137
Town : Voss
Postcode : 5706
Country : Norway
Contact point : Kristian Øvsthus
Telephone : +4791113805
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : 624f573e-65da-4cd8-95b8-a55cc9a98ac1 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 31/01/2025 08:32 +00:00
Notice dispatch date (eSender) : 31/01/2025 08:44 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00073760-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025