https://www.baunetz.de/wettbewerbe/Consultancy_services_within_landscape_architecture_and_town_planning_in_Filipstad_10232063.html
- Weitere Angebote:
- Filme BauNetz TV
- Produktsuche
- Videoreihe ARCHlab (Porträts)
Blaue Funken am Rosenmontag
Vereinsheim in Köln von Anderhalten Architekten
Lernen im alten Spital
Umbau in Wien von Franz & Sue
Weiterbildung im Quadrat
Geberit Campus in Pfullendorf von Atelier Brückner
Museum für die Taufstätte Jesu
Wettbewerb in Jordanien entschieden
Wie Fitness Städte formt
Ausstellung in Frankfurt am Main
423 Meter über Manhattan
Hochhaus in New York City von Foster + Partners
Textilkrone für den Sport
onze04 Architectes in La Bouëxière
Vollständiger Bekanntmachungstext im EU-Amtsblatt
95806-2026 Page 1/7
See the notice on TED website
95806-2026 - Competition
Norway – Urban planning and landscape architectural services – Consultancy services within
landscape architecture and town planning in Filipstad.
OJ S 28/2026 10/02/2026
Design contest notice
Services
1. Buyer
1.1. Buyer
Official name: Oslo kommune v/ Filipstad infrastruktur
Email: postmottak@fil.oslo.kommune.no
Legal type of the buyer: Body governed by public law, controlled by a local authority
Activity of the contracting authority: General public services
2. Procedure
2.1. Procedure
Title: Consultancy services within landscape architecture and town planning in Filipstad.
Description: The aim of the competition is to engage a consultancy team who shall assist
Filipstad infrastructure (FIL) in the further urban development based on proposals and ideas
for solutions for the urban rooms. The competition winner will be given the task of preparing a
comprehensive urban space plan for Filipstad and to assist Filipstad infrastructure as a
consultant in the ongoing detailed development of Filipstadveien 3 etc. (HJK+). It is a
prerequisite that the solution proposals are processed further in close cooperation with the
contracting authority FIL and other actors. The invited teams are asked in the competition to
prepare: · vision and strategy for process and development · detailed solution proposals for
two central public urban areas: the General Director General Promenade and a part of the
Harbour Promenade with Bokkens plass and Odas plass. The contract period for the following
service contract: 4 years with an option for 1+1 year on unchanged terms.
Procedure identifier: 0adc88a7-7b00-4ae4-9e9a-be67267f89af
Internal identifier: 3748
Type of procedure: Restricted
2.1.1. Purpose
Main nature of the contract: Services
Main classification (cpv): 71400000 Urban planning and landscape architectural services
Additional classification (cpv): 71000000 Architectural, construction, engineering and
inspection services, 71200000 Architectural and related services, 71220000 Architectural
design services, 71240000 Architectural, engineering and planning services, 71311300
Infrastructure works consultancy services
2.1.2. Place of performance
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
2.1.4. General information
Legal basis:
Directive 2014/24/EU
95806-2026 Page 2/7See the notice on TED website
95806-2026 - Competition
Norway – Urban planning and landscape architectural services – Consultancy services within
landscape architecture and town planning in Filipstad.
OJ S 28/2026 10/02/2026
Design contest notice
Services
1. Buyer
1.1. Buyer
Official name: Oslo kommune v/ Filipstad infrastruktur
Email: postmottak@fil.oslo.kommune.no
Legal type of the buyer: Body governed by public law, controlled by a local authority
Activity of the contracting authority: General public services
2. Procedure
2.1. Procedure
Title: Consultancy services within landscape architecture and town planning in Filipstad.
Description: The aim of the competition is to engage a consultancy team who shall assist
Filipstad infrastructure (FIL) in the further urban development based on proposals and ideas
for solutions for the urban rooms. The competition winner will be given the task of preparing a
comprehensive urban space plan for Filipstad and to assist Filipstad infrastructure as a
consultant in the ongoing detailed development of Filipstadveien 3 etc. (HJK+). It is a
prerequisite that the solution proposals are processed further in close cooperation with the
contracting authority FIL and other actors. The invited teams are asked in the competition to
prepare: · vision and strategy for process and development · detailed solution proposals for
two central public urban areas: the General Director General Promenade and a part of the
Harbour Promenade with Bokkens plass and Odas plass. The contract period for the following
service contract: 4 years with an option for 1+1 year on unchanged terms.
Procedure identifier: 0adc88a7-7b00-4ae4-9e9a-be67267f89af
Internal identifier: 3748
Type of procedure: Restricted
2.1.1. Purpose
Main nature of the contract: Services
Main classification (cpv): 71400000 Urban planning and landscape architectural services
Additional classification (cpv): 71000000 Architectural, construction, engineering and
inspection services, 71200000 Architectural and related services, 71220000 Architectural
design services, 71240000 Architectural, engineering and planning services, 71311300
Infrastructure works consultancy services
2.1.2. Place of performance
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
2.1.4. General information
Legal basis:
Directive 2014/24/EU
2.1.6. Grounds for exclusion
Sources of grounds for exclusion: Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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
95806-2026 Page 3/7
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 including 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.
Misrepresentation, withheld information, unable to provide required documents or 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?
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?
95806-2026 Page 4/7
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.
Breaching obligation relating to 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.
Breaching obligation relating to 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.
Offence concerning its professional conduct in the domain of defence procurement: 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, have been legally convicted of offences regarding professional behaviour in defence
procurements?
Lack of reliability to exclude risks to the security of the country: Is the tenderer assessed to
lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under 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.
5. Lot
5.1. Lot: LOT-0001
Title: Consultancy services within landscape architecture and town planning in Filipstad.
Description: The aim of the competition is to engage a consultancy team who shall assist
Filipstad infrastructure (FIL) in the further urban development based on proposals and ideas
for solutions for the urban rooms. The competition winner will be given the task of preparing a
95806-2026 Page 5/7
comprehensive urban space plan for Filipstad and to assist Filipstad infrastructure as a
consultant in the ongoing detailed development of Filipstadveien 3 etc. (HJK+). It is a
prerequisite that the solution proposals are processed further in close cooperation with the
contracting authority FIL and other actors. The invited teams are asked in the competition to
prepare: · vision and strategy for process and development · detailed solution proposals for
two central public urban areas: the General Director General Promenade and a part of the
Harbour Promenade with Bokkens plass and Odas plass. The contract period for the following
service contract: 4 years with an option for 1+1 year on unchanged terms.
Internal identifier: 4865
5.1.1. Purpose
Main nature of the contract: Services
Main classification (cpv): 71400000 Urban planning and landscape architectural services
Additional classification (cpv): 71000000 Architectural, construction, engineering and
inspection services, 71200000 Architectural and related services, 71220000 Architectural
design services, 71240000 Architectural, engineering and planning services, 71311300
Infrastructure works consultancy services
5.1.2. Place of performance
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
5.1.6. General information
Procurement Project not financed with EU Funds.
5.1.9. Selection criteria
Sources of selection criteria: Notice
Criterion: Enrolment in a trade register
Description of selection criterion: The tenderer shall be a legally established company.
Documentation requirements: Norwegian companies: Company Registration Certificate.
Foreign companies: Proof that the company is registered in a trade or business register as
prescribed by the law of the country where the company is established.
Criterion: Other economic or financial requirements
Description of selection criterion: The tenderer shall have sufficient economic and financial
capacity to be able to fulfil the contract. Documentation requirements: The contracting
authority will obtain a credit rating from Experian. The Contracting Authority reserves the right
to obtain the company's Annual Financial Statements including notes, the Board's Annual
Reports and Audit Reports, as well as new information of relevance to the company's fiscal
figures.
Criterion: Measures for ensuring quality
Description of selection criterion: Tenderers shall have a relevant quality assurance system for
the content of the contract. Documentation requirements: Certificate for the company's quality
assurance system issued by independent bodies which certify that the tenderer fulfils certain
quality assurance standards, for example ISO 9001:2015. If the tenderer is not certified: The
table of contents for the quality assurance system.
Criterion: References on specified deliveries
Description of selection criterion: Tenderers shall have experience from comparable contracts.
Documentation requirements: Short description of the three most important deliveries in the
95806-2026 Page 6/7
last three years, including information on the contract ́ s value, date of delivery as well as the
name of the contracting authority and a description of the assignment ́ s content.
5.1.10. Award criteria
Criterion:
Type: Quality
Description: Solution proposal
5.1.11. Procurement documents
Access to certain procurement documents is restricted
Information about restricted documents is available at: https://app.artifik.no/procurements/3748
Ad hoc communication channel:
Name: e-Tendering
5.1.12. Terms of procurement
Terms of the design contest regime:
The decision of the jury is binding on the buyer: yes
Any service contract following the contest will be awarded to one of the winners of the contest
Terms of submission:
Electronic submission: Required
Address for submission: https://app.artifik.no/procurements/3748
Languages in which tenders or requests to participate may be submitted: English, Norwegian
Deadline for receipt of requests to participate: 04/03/2026 11:00:00 (UTC+00:00) Western
European Time, GMT
5.1.16. Further information, mediation and review
Review organisation: Oslo tingrett
Organisation providing additional information about the procurement procedure: Oslo
kommune v/ Filipstad infrastruktur
Organisation providing more information on the review procedures: Oslo kommune v/ Filipstad
infrastruktur
Organisation receiving requests to participate: Artifik AS
8. Organisations
8.1. ORG-0001
Official name: Oslo kommune v/ Filipstad infrastruktur
Registration number: 932542757
Postal address: Rådhusplassen 1
Town: Oslo
Postcode: 0037
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
Contact point: Omar Attique
Email: postmottak@fil.oslo.kommune.no
Telephone: +47 21802180
Internet address: https://www.oslo.kommune.no/
Buyer profile: https://www.oslo.kommune.no/
Roles of this organisation:
Buyer
Organisation providing additional information about the procurement procedure
95806-2026 Page 7/7
Organisation providing more information on the review procedures
8.1. ORG-0002
Official name: Oslo tingrett
Registration number: 926725939
Postal address: Postboks 2106 Vika
Town: Oslo
Postcode: 0125
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
Email: oslo.tingrett@domstol.no
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/
Roles of this organisation:
Review organisation
8.1. ORG-0003
Official name: Artifik AS
Registration number: 925364967
Postal address: Stortingsgata 12
Town: Oslo
Postcode: 0161
Country subdivision (NUTS): Oslo (NO081)
Country: Norway
Email: support@artifik.no
Internet address: https://artifik.no
Roles of this organisation:
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version: 639da971-4f42-456c-810a-a6ff34bfe789 - 01
Form type: Competition
Notice type: Design contest notice
Notice subtype: 23
Notice dispatch date: 09/02/2026 11:10:20 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 95806-2026
OJ S issue number: 28/2026
Publication date: 10/02/2026







RSS-Feed
