Publications Office of the EU
IMPLEMENTATION OF NSA TASKS. ODCINEK A - CONSTRUCTION WORKS ON RAILWAY LINES NO. 201 ODC. CHURCH - SOMONINO AND NO. 214 SOMONINO - CARDS IMPLEMENTED UNDER THE PROJECT "WORK ON ALTERNATIVE TRANSPORT TRAIN BYDGOSZCZ - THREE PHASE I" - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

IMPLEMENTATION OF NSA TASKS. ODCINEK A - CONSTRUCTION WORKS ON RAILWAY LINES NO. 201 ODC. CHURCH - SOMONINO AND NO. 214 SOMONINO - CARDS IMPLEMENTED UNDER THE PROJECT "WORK ON ALTERNATIVE TRANSPORT TRAIN BYDGOSZCZ - THREE PHASE I" Text automatically translated in your browsing language Automatically translated

  • Awarded
    09/01/2025
  • Today
    09/02/2025
Status
Awarded
Type of contract
Works
Subject for Renewal
No
Buyer
PKP Polskie Linie Kolejowe S.A.
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL911 Miasto Warszawa
Business sector (Main CPV)
45000000 Construction work
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
1,579,609,860.00 PLN
Tender reference number
9090/IRZR1/12568/03512/22/P
Description

1. The subject of this contract is the execution of construction works under the project entitled: ‘Works on the alternative transport route Bydgoszcz – Tricity, stage I’ – Section A, comprising the following elements: 1.1. modernisation of railway line No 201 Nowa Wieƛ Wielka – Gdynia Port on the Koƛcierzyna section (with station, from km 136,096; SRK from km 135,343 and from km 67,200 of railway line No 211) to Somonino (with station, up to km 163,250; SRK to km 165,509), 1.2. modernisation of railway line No 214 Somonino (from km -0.915) – Kartuzy (excluding Kartuzy station, to km 7.131). 1.3. works related to the construction of a new line blockade on the railway line No. 211 section Lipusz – Koƛcierzyna (telecommunications industry) and adaptation works at the Lipusz station (srk industry) from km 52,600 to km 69,400. 2. The whole subject of the Order includes the execution of the following elements: 2.1. Basic scope: Part A – ‘Build’ 1) Execution of construction works in the following areas: a) railway surface, substructure and drainage, b) specialized geotechnical works, c) platforms and cubature facilities , d) overhead contact line, e) traction and non-traction power supply, f) power supply up to 1kV g) engineering facilities, h) roads, passages and crossings, i) sanitary networks, j) hydrotechnical, k) collision removal, l) demolition, m) felling, n) other construction works, including those protecting against noise and vibration. 2) Providing a Quality Assurance for the scope of Part A - "Build" - under the terms set out in the Special Conditions - for Part A - "Build" together with their ANNEX 8 - Model Guarantee Document; Part B – ‘Design and Build’ 1) Design and execution of construction works in accordance with the requirements set out in the PFU on the basis of the design documentation accepted for implementation by the Contracting Authority and the building permit obtained in the scope of: a) railway traffic control equipment (srk), b) telecommunications equipment and systems, 2) Providing Quality Assurance through the provision of warranty services for all Systems provided by the Contractor under the Contract covering traffic control and telecommunications equipment - on the terms specified in TOM V Description of the Contract Part B. 3) Providing Quality Assurance through the provision of Guarantee Conditions for the remaining range of Works not covered by the Guarantee Services under the terms specified in TOM V Description of the Contract Part B. 4) Removal of conflicts in the field of energy, telecommunications, water and sewage, gas based on concluded and concluded agreements. 2.2. Execution of as-built documentation for the scope of works indicated in Part A and Part B, including: 1) development of technical regulations, in cooperation with the Ordering Party, on the basis of the Ir-3 Instructions, after the completion of construction works, in all sectors, 2) development of geodetic as-built documentation: a) line pick-up and longitudinal profile of the railway line, b) protocols for delivery and reception of track axis adjustment signs, c) numerical situational and altitude map with geodetic as-built inventory, 3) preparation of documentation for the assumption and measurement of the Railway basic geodetic and Railway special warp, 4) development of new diagrams of traffic points and expedition points, 5) carrying out the subsystem conformity assessment process and obtaining EC certificates for the subsystem, 6) obtaining a decision on placing the subsystem in service. 2.3. Optional range: 1) Option 1 – Provision of post-warranty services for all Systems provided by the Contractor as part of the Order covering traffic control and telecommunications equipment, on the terms set out in the PFU, in order to ensure access to the ordered functional requirements implemented by the Systems throughout the period of provision of these Services and the safe and correct operation of these Systems, including the performance of necessary maintenance activities, on the terms set out in Chapter 6 of the PFU. 2) Option 2 – implementation of the benefits set out in Chapter 7 of the PFU ‘Expected changes in interfaces’. 3. For Part A – ‘Build’ and Part B – ‘Design and Build’, the contracting authority provides for the phasing of design and construction works, certification and the provision of guarantee services. 4. Detailed Description of the Subject of the Order is presented in: - Technical Specifications for the Execution and Acceptance of Construction Works (STWIORB) constituting Volume III of this SWZ, - Bills of Works for Part A – forming part of Volume IV of this SWZ, - Contract Description constituting Volume V of this SWZ: o For Part A - Design Documentation o For Part B and for Options 1 and 2 - Functional and Utility Programme. 5. The documents are available at: https://platformazakupowa.plk-sa.pl. Text automatically translated in your browsing language Automatically translated

Submission Method
Not available
Tenders may be submitted
Not available
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
Not available
Place of performance
Award method
Criterion:
Type: price
Description: CaƂkowita cena brutto - waga: 100%.
Weight (percentage, exact):
Estimated value
Not available
Final contracted value
1,579,609,860.00 PLN
Award of contract
Official name: Budimex S.A.
Postal address:
Town: Warszawa
Postal code: 01-204
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.