| Notice Type | Tender Announcement |
|---|---|
| Notice Number | 128523429 |
| Description |
Type of Notice: Contract/Concession Notice - Standard Regime Type of Contract: Service Contract Procedure Type: Open Procedure (Unlimited Competitive Tendering) Accelerated Procedure: No Project Title: Post-accident Repair of Two Hyundai Rotem Type 140N Trams Subject Matter of the Contract: Elimination of all damage caused by a collision to two type 140N trams. Restoration of the full operational performance and technical parameters of the vehicles to their pre-collision state. Restoration of the safety of the load-bearing structure and full technical soundness of all systems and equipment. Main CPV Code: 50222000 - Repair and maintenance services of railway vehicles Place of Performance: Warsaw, Poland Contract Duration: 6 months Contract Renewal: Renewal is not permitted Estimated Contract Value (excl. VAT): 4,065,000.00 Polish Zloty (PLN) I. Project Scope and Technical Requirements Comprehensive Collision Damage Repair: Thorough repair of all mechanical, structural, electrical, and cosmetic damage to two type 140N trams resulting from the accident. Load-Bearing Structure Safety Restoration: Damage assessment, straightening, reinforcement, and welding repair of load-bearing structures such as the vehicle underframe, sidewalls, roof, and front end to restore original design safety standards. Bogie Overhaul: Disassembly, inspection, non-destructive testing, replacement of damaged parts, and reassembly of bogie frames, wheelsets, suspension systems, and traction motors. Braking System Restoration: Repair or replacement of damaged brake lines, brake cylinders, brake shoes, and control systems to ensure braking performance meets factory standards. Traction and Electrical System: Inspection and repair of traction inverters, auxiliary power supplies, high-voltage cables, and connectors, replacing non-repairable damaged parts. Bodywork Appearance Restoration: Sheet metal repair, filler application, primer/topcoat spraying for body panels, skirts, roof covers, and front end fairings, with color difference ΔE ≤ 1.5. Window and Door Systems: Replacement of broken window glass, repair/replacement of door drive mechanisms and seals to ensure watertightness and operational reliability. Air Conditioning and Ventilation System: Cleaning/replacement of damaged evaporators, condensers, air ducts, and control modules to restore cooling/heating performance. Passenger Information System: Repair of interior/exterior LED displays, public address systems, passenger counters, and cameras to ensure full functionality. Train Control System: Diagnosis and repair of faults related to the Train Control Unit (TCU), Human-Machine Interface (HMI), and Train Communication Network (TCN). Lighting System: Replacement of headlights, taillights, interior lighting fixtures, and wiring harnesses to comply with road safety regulations. Vehicle Commissioning and Dynamic Testing: Static commissioning, dynamic unloaded/loaded testing, and line test runs upon completion of repairs, with submission of test reports. II. Contractor Qualification and Capability Requirements Technical Capacity Threshold: At least one service contract for post-accident repair or major overhaul of a rail vehicle completed within the last 3 years (or actual operating period if shorter). Contract net value not less than 500,000.00 Polish Zloty (PLN). The scope of services must have included structural repair of the vehicle body, involving at least structural welding repairs to the floor (underframe), sidewalls, roof, and front end. Pre-Qualification Documents: A Single European Procurement Document (JEDZ) declaration must be submitted with the bid, preliminarily confirming fulfillment of technical capacity conditions. The top-ranked tenderer will be required to submit, within 10 working days after evaluation, a list of completed services (including value, subject, dates, client information) and reference certificates issued by clients (or a contractor's declaration if unavailable). III. Tender and Commercial Requirements Tender Language: Polish Tender Submission Method: Must be submitted via the electronic platform. Electronic Catalogue: Not allowed Tender Security: 40,000.00 Polish Zloty (PLN) Tender Validity Period: 60 days (from the tender submission deadline) Mandatory Site Visit: Mandatory attendance at the site vehicle inspection meeting organized by the contracting authority. Non-attendance results in bid rejection. Currency of Offer: Polish Zloty (PLN) VAT Treatment: Offers are net prices; contract value excludes VAT. Evaluation Criteria: Sole Evaluation Criterion: Price Weighting: 100% Evaluation Method: Lowest price (subject to meeting qualification and technical requirements). Opening Information: Opening Date: March 10, 2026, 11:00 (1 hour after tender deadline) Opening Method: Public opening via electronic platform. IV. Legal Framework and Exclusion Clauses Legal Basis: EU Directive 2014/25/EU (Sector Procurement). Polish Public Procurement Law of September 11, 2019 (Consolidated Text 2024, Dz.U. poz. 1320 and subsequent amendments). The procurement exceeds EU thresholds and is a sector procurement. Mandatory Grounds for Exclusion (Applicable under Polish Public Procurement Law Articles 108, 109 and EU Regulations): Participation in a criminal organization, corruption, fraud, terrorism, money laundering, child labor, and human trafficking. Bankruptcy, liquidation, insolvency, arrangement with creditors. Non-payment of social security contributions or taxes. Agreements with other operators distorting competition. Direct or indirect involvement in the preparation of this procurement procedure. Suspension of business activities. Serious professional misconduct. Geopolitical Exclusion Clause: Applicable under Article 5k of Council Regulation (EU) No 833/2014 (as amended by Regulation (EU) 2025/2033). Contractors associated with Russian entities destabilizing the situation in Ukraine will be excluded. A declaration of non-applicability (including resource providers) must be submitted. Polish Supplementary Exclusion Clause: Article 7(1) of the Special Measures Act of April 13, 2022, on countering support for the aggression against Ukraine and protecting national security. The top-ranked tenderer will be required to submit within 10 working days (not less than 10 days): Extract from the National Court Register (KRS) or Central Registration and Information on Business Activity (CEIDG) (for Polish entities). Foreign Entities: Submit equivalent documents from country of origin, or alternative proof if unavailable. Extract from the National Criminal Register (KRK) (for Polish entities, valid within 6 months). Foreign Entities: Submit criminal record from country of origin or alternative proof. Declaration on not belonging to a capital group (regarding Article 108(1)(5)). V. Contract and Payment Terms Contract Form: To be concluded based on Chapter III "Draft Contract Provisions" of the tender documentation. Consortium Bidding: Consortium bidding is allowed. Upon award, a consortium agreement or articles of association must be submitted. Consortium members bear joint and several liability. Contract Modification: The contracting authority allows modification of contract terms under specific conditions (see SWZ for details). VI. Appeals and Legal Remedies Appeal Body: Name: National Appeal Chamber Address: ul. Postępu 17A, 02-676 Warszawa, Poland Email: odwolania@uzp.gov.pl Appeal Deadlines (according to Part IX of the Public Procurement Law): Against the Tender Notice/Documents: Within 10 days from the date of publication in the EU Official Journal. Against Actions of the Contracting Authority: Within 10 days from receipt of notification of the action (electronic means) / 15 days (other means). Against Other Matters: Within 10 days from the date of becoming aware or should have become aware of the grounds. Appeal Form: A written/electronic/digital format appeal must be submitted to the President of the National Appeal Chamber, accompanied by a trusted signature. The appellant must simultaneously deliver a copy of the appeal to the contracting authority before the deadline. Judicial Review: An appeal against a decision of the National Appeal Chamber may be filed with the Warsaw Regional Court - Public Procurement Court. VII. Platform and Technical Information Document Language: Polish Electronic Signature: Use of a trusted signature (eIDAS compliant) is recommended. Information and Document Receiving Body: Public Procurement Office, Tramwaje Warszawskie sp. z o.o. Information Body for Appeal Procedures: National Appeal Chamber TED Electronic Sender: Publications Office of the European Union |
| Files |