The name minnelund at Horten Cemetery

Horten Church Council shall establish the name minnelund at Horten Cemetery. Asplan Viak AS has prepared plans for minnelunden. The annexes with plans, slides and outlines for the memorial as well as tomb maps are the basis for applications for the erection of the name minnelund. The application is approved …

CPV: 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45223000 Trabajos de construcción de estructuras
Plazo:
30 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
The name minnelund at Horten Cemetery
Organismo adjudicador:
Horten kirkelige fellesråd
Número de premio:
112

1. Buyer

1.1 Buyer

Official name : Horten kirkelige fellesråd
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Horten kirkelige fellesråd
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : The name minnelund at Horten Cemetery
Description : Horten Church Council shall establish the name minnelund at Horten Cemetery. Asplan Viak AS has prepared plans for minnelunden. The annexes with plans, slides and outlines for the memorial as well as tomb maps are the basis for applications for the erection of the name minnelund. The application is approved by the County Governor of Telemark and Vestfold.
Procedure identifier : 2e60be13-f60e-4b9c-8d0f-d1aaec3704d9
Internal identifier : 112
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 ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45223000 Structures construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : The name minnelund at Horten Cemetery
Description : Horten Church Council shall establish the name minnelund at Horten Cemetery. Asplan Viak AS has prepared plans for minnelunden. The annexes with plans, slides and outlines for the memorial as well as tomb maps are the basis for applications for the erection of the name minnelund. The application is approved by the County Governor of Telemark and Vestfold.
Internal identifier : 112

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45223000 Structures construction work

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Other
Name : Credit rating
Description : Credit rating AA or better. Documentation requirements: Copy of a credit assessment/rating carried out by a publicly certified credit rating institution, not older than six months. Based on the last known fiscal figures, it shall contain accounting information with key figures for the last three years.
Use of this criterion : Used
Criterion :
Type : Other
Name : Tax Certificate
Description : Norwegian tenderers must have their tax, payroll tax and VAT payments in order. Documentation requirements: Tax certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance system
Description : Certification certificate or a general description of the system. Documentation requirements: Documentation of the tenderer's quality assurance system. If the quality assurance system is certified by an independent body (ISO 9001 etc.), it is sufficient to enclose certification. If a system does not have certification, a general description of the system must be provided.
Use of this criterion : Used
Criterion :
Type : Other
Name : Experience with similar assignments
Description : Experience with establishing the name minnelund and the establishment or expansion of cemeteries. Documentation requirements: Reference from the church council or municipality.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : The price amounts to 40% of the criterion.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name :
Description : Quality makes up 30% of the criteria. Assignment comprehension accounting for how the executing person thinks of carrying out the work and what processes are believed necessary for a desired and optimal result. 3 reference projects that are assessed on relevance to this project. The references ́ degree of satisfied will also be emphasised.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name :
Description : Climate and environmental considerations make up 30% of the criteria. **Reduction of plastic:** Plastic from the construction of the plant shall not be spread out in the wild. Documentation shall be given of which plastic products shall be used in the project and a risk assessment shall be carried out as regards the spreading hazard. Measures shall be implemented at identified risk of spreading to nature and surrounding recipients. **Climate requirements for materials:** Materials and products with maximum emissions of greenhouse gases shall be used, as specified in the table. The emission requirement concerns the sum of climate gas emissions for the product from raw material to factory port (A1 - A3 in accordance with the EN15804). The products and materials in the table shall be documented with EPD or equivalent environmental declaration type III iht. ISO 14025. The submitted documentation shall be approved by the total or main contractor's environmental manager at the latest two weeks before the product is to be used, or delivered in a system that also verifies that the EPD was prepared iht. ISO 14025, EN 15804 or equivalent, satisfies any requirement levels and be valid at the time the products are obtained. The EPD shall be third party certified and signed. * Concrete Low carbon B in accordance with. NB 37'* * Construction steel: Open profiles (e.g. H-profile) 2.1 kg-CO2-ekv/kg At least 40% recycled * Construction steel: Hollow profiles 3.6 kg CO2-ekv/kg At least 20% recycled * Reinforcement steel, refinish reinforcement 0.5 kg CO2-ekv/kg reinforcing steel * Reinforcement steel, span reinforcement 3 kg CO2- ekv/kg reinforcement steel * Construction steel: welded steel profiles (beams and pillars 2.1 kg CO2/tonne of steel, at least 20% recycled * Steel piles and steel sheet 1.1 kg CO2/kg steel
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/112
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 30/09/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
No framework agreement
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestfold tingrett
Organisation providing additional information about the procurement procedure : Artifik AS
Organisation receiving requests to participate : Artifik AS
Procurement service provider : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country : Norway
Telephone : +47 33206700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Horten kirkelige fellesråd
Registration number : 876990512
Postal address : Thoresens gate 3
Town : Horten
Postcode : 3182
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Edgard Larsen
Telephone : +47 96945780
Internet address : https://horten.kirken.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Horten kirkelige fellesråd
Registration number : 876990512
Postal address : Thoresens gate 3
Town : Horten
Postcode : 3182
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Edgard Larsen
Telephone : +47 96945780
Internet address : https://horten.kirken.no/
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 9bdd13a8-4394-4382-8fa7-a4c2190c0bc4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 14:07 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00527781-2024
OJ S issue number : 171/2024
Publication date : 03/09/2024