Road maintenance contract Vestland South 2025-2026

Vestland fylkeskommune

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.

Frist
Fristen for mottak av tilbud var 2024-12-16. Anskaffelsen ble publisert 2024-11-12.

Hvem?

Hva?

Hvor?

Anskaffelseshistorikk
Dato Dokument
2024-11-12 Kunngjøring av konkurranse
Kunngjøring av konkurranse (2024-11-12)
Gjenstand
Anskaffelsens omfang
Tittel: Road maintenance contract Vestland South 2025-2026
Referansenummer: VLFK/24/297
Kort beskrivelse:
“The contract work includes various maintenance work (call-offs) in the geographical area vestland south (includes operational contracts 1203 Nordhordland,...”    Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet 📦
Beskrivelse
Beskrivelse av anskaffelsen:
“The contract work includes various maintenance work (call-offs) in the geographical area vestland south (includes operational contracts 1203 Nordhordland,...”    Vis mer
Tilleggsprodukter/-tjenester: Byggearbeid i forbindelse med anlegg av veier 📦
Tilleggsprodukter/-tjenester: Veiarbeid 📦
Tilleggsprodukter/-tjenester: Veivedlikehold 📦
Tilleggsprodukter/-tjenester: Overflatearbeid på veier 📦
Tilleggsprodukter/-tjenester: Reparasjon, vedlikehold og tilhørende tjenester tilknyttet veier og annet utstyr 📦
Utførelsessted: Vestland 🏙️
Varighet
Startdato: 2025-02-03 📅
Sluttdato: 2026-12-31 📅
Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris
Pris (vekting): 100
Kvalitetskriterium (navn): 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%.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000

Prosedyre
Prosedyretype
Åpen anbudskonkurranse
Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-12-16 11:00:58 📅
Vilkår for åpning av tilbud: 2024-12-16 11:01:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 105

Juridisk, økonomisk, finansiell og teknisk informasjon
Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Chapter B2 point 2.3 The tenderer's economic and financial capacity.”
Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“The tenderer fulfils the stated qualification requirements:: All the necessary selection criteria specified in the notice or in the procurement documents...”    Vis mer
Liste og kort beskrivelse av vilkår:
“Chapter B2 Point 2.4.1 Relevant Experience”
Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Chapter B2 Point 2.4 The tenderer ́s technical and professional qualifications.”

Oppdragsgiver
Navn og adresser
Navn: Vestland fylkeskommune
Nasjonalt registreringsnummer: 821311632
Postadresse: Postboks 7900
Postnummer: 5020
Poststed: Bergen
Land: Norge 🇳🇴
E-post: marius.hegeson.rave@vlfk.no 📧
Telefon: +47 05557 📞
Type oppdragsgiver
Regional eller lokal myndighet
Hovedaktivitet
Alminnelige offentlige tjenester
Kommunikasjon
URL for dokumenter: https://tendsign.com/doc.aspx?MeFormsNoticeId=36809 🌏
Deltakelses-URL: https://tendsign.com/doc.aspx?MeFormsNoticeId=36809&GoTo=Tender 🌏

Utfyllende informasjon
Klageinstans
Navn: Hordaland tingrett
Nasjonalt registreringsnummer: 926 723 367
Postadresse: Postboks 7412
Postnummer: 5020
Poststed: Bergen
Region: Vestland 🏙️
Land: Norge 🇳🇴
E-post: hordaland.tingrett@domstol.no 📧
Telefon: 55 69 97 00 📞
URL: https://www.domstol.no/no/domstoler/tingrett/hordaland-tingrett/ 🌏
Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 221-692046 (2024-11-12)