296916-2026 - Competition
Norway – Engineering design services – SE-26-01 Engineering design services surface water for flood protection
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameStor Elvdal kommune
Emailpost@abakus.as
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleSE-26-01 Engineering design services surface water for flood protection
DescriptionStor-Elvdal municipality intends to enter into a contract for detailed engineering design services for surface water measures in the centre of Otta. As NVE ́s main contract for flood protection has anticipated start-up 2028/29, the engineering design services shall facilitate for the municipal surface water pipelines to be completed and put into operation before the flood protection system is in place, where such a solution is appropriate. The strategy means that the pipeline network is to be built with temporary outlets to the river, but is prepared for future connection in NVE ́s pump stations. It must be seen with close interaction with NVE and their consultants in order to have engineered systems that are feasible in relation to future flood protection. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract.
Procedure identifierba560462-38f7-43bb-a3c0-acbcbf24e7f3
Internal identifierSE-26-01
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe procurement concerns the purchase of services in detailed engineering design of surface water measures in the centre of Otta. The agreement shall facilitate cooperation on the preparation and execution of several minor projects, with assistance throughout the entire process. The consultant shall design systems that take care of the following: •Temporary direct outlet•Preparation for coupling•Height planning•Backlash protection See the attached descriptions.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71320000 Engineering design services
Additional classification (cpv): 71300000 Engineering services, 71600000 Technical testing, analysis and consultancy services
2.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - in accordance with the tender documents
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
CorruptionIs 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.
FraudIs 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).
Money laundering or terrorist financingIs 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).
Participation in a criminal organisationIs 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 control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activitiesIs 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.
Child labour and including other forms of trafficking in human beingsIs 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).
Breaching obligation relating to payment of social security contributionsHave 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?
Breaching obligation relating to payment of taxesHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
5. Lot
5.1.
LotLOT-0000
TitleSE-26-01 Engineering design services surface water for flood protection
DescriptionStor-Elvdal municipality intends to enter into a contract for detailed engineering design services for surface water measures in the centre of Otta. As NVE ́s main contract for flood protection has anticipated start-up 2028/29, the engineering design services shall facilitate for the municipal surface water pipelines to be completed and put into operation before the flood protection system is in place, where such a solution is appropriate. The strategy means that the pipeline network is to be built with temporary outlets to the river, but is prepared for future connection in NVE ́s pump stations. It must be seen with close interaction with NVE and their consultants in order to have engineered systems that are feasible in relation to future flood protection. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract.
Internal identifierSE-26-01
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71320000 Engineering design services
Additional classification (cpv): 71300000 Engineering services, 71600000 Technical testing, analysis and consultancy services
5.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
5.1.3.
Estimated duration
Start date21/06/2026
Duration end date01/06/2029
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)no
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnrolment in a trade register
Description of selection criterionTenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

CriterionOther economic or financial requirements
Description of selection criterionRegarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers shall have sufficient financial capacity to fulfil the assignment. Documented by an expanded report from Bisnode http://www.soliditet.no/. The report must be dated after the publication date for the competition. If this is not enclosed, Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis.

CriterionReferences on specified services
Description of selection criterionOnly for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from equivalent assignments. Tendering companies shall describe a minimum of 3 equivalent assignments in the last 3 years. The description shall be filled in in the fields below.

CriterionSubcontracting proportion
Description of selection criterionThe tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Documented by an account of the company's quality assurance system, including health, environment and safety that is relevant for this contract. If procedures are described in the company's quality management system in accordance with ISO9001 or equivalent third party verified system, it is sufficient to enclose a valid certificate.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Documented by certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards, cf. the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 Article 45 or other environmental management standards based on relevant European or international standards from accredited bodies.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Address of the procurement documentshttps://permalink.mercell.com/282839299.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/282839299.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueRequired
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
VariantsNot allowed
Deadline for receipt of tenders01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid3 Months
Information about public opening
Opening date01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
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 organisationHedmarken og Østerdalen tingrett
Information about review deadlines: in accordance with the tender documents
Organisation providing more information on the review proceduresHedmarken og Østerdalen tingrett
8. Organisations
8.1.
ORG-0001
Official nameStor Elvdal kommune
Registration number939617671
Postal addressAbakus/Postboks 128
TownENGERDAL
Postcode2440
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Emailpost@abakus.as
Telephone+47 47476000
Fax+47 62458030
Internet addresshttp://www.abakus.as
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameHedmarken og Østerdalen tingrett
Registration number935364892
TownHamar
Postcode2326
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version2fc42b89-3b4c-471e-aeed-fd8308b424d9  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 08:55:49 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 08:59:46 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number296916-2026
OJ S issue number84/2026
Publication date30/04/2026