| Type of Notice | Tender Announcement |
|---|---|
| Notice Number | 140796-2026 |
| Description |
Contract Description : The overall objective of this contract is to undertake, under a lump-sum contract, the comprehensive responsibility for the design and construction of the signaling system, telecommunications system, and ETCS Level 2 (European Train Control System) on the approximately 47-kilometer-long double-track electrified railway section No. 100 between Debrecen (excl.) and Nyíregyháza (excl.). This project is a key component of the Hungarian national railway network upgrade, aiming to enhance line capacity, safety, and interoperability. The contractor must ensure uninterrupted operation of existing rail traffic during the construction period. Main CPV Code : 45234100 Railway construction works Additional CPV Code : 45231600 Construction works for communication lines Project Content : The project content covers the turnkey implementation of the entire railway section's signaling, telecommunications, and train control systems. This includes, but is not limited to: designing and installing new electronic interlocking systems at 5 stations along the line, which must utilize 75 Hz rhythm-type station and line signaling technology and control a total of 65 sets of points (excluding the Császárszállás traffic station, which does not require shunting route functionality); designing and constructing a continuous ETCS Level 2 train control system along the entire approximately 47-kilometer section in accordance with relevant specifications, including configuring necessary Radio Block Centres and their interfaces with the station electronic signaling systems; designing and installing automatic high-speed block equipment on the line sections; and designing and installing high-speed barrier equipment compliant with ETCS Level 2 operational conditions at all affected level crossings, ensuring their trigger points meet system requirements. The contractor is responsible for the entire process from conceptual design, obtaining principle construction permits, detailed design, obtaining construction permits, equipment manufacturing and procurement, installation, testing and commissioning, to final statutory operational permits. They must also prepare and submit all necessary design documents and obtain required certifications. Scope of Services : The scope of services covers the full lifecycle of this railway construction project. Mainly includes: Conducting detailed engineering surveys and design (including signaling, telecommunications, ETCS Level 2 subsystems); completing the supply, installation, cabling, and integration of all related systems; performing comprehensive system testing, simulation, and verification to ensure compatibility with existing systems; providing all necessary documentation, including design drawings, technical specifications, test reports, and operation manuals; managing communication with relevant approval authorities and procuring all required permits (including but not limited to principle permits, construction permits, and operational permits); providing system maintenance and technical support during the warranty period; and training the client and relevant personnel on system operation and maintenance. Material Specifications : The core materials and specification requirements involved in the project are as follows: Electronic Signaling System : Must utilize electronic interlocking equipment compliant with modern railway safety standards, capable of controlling station points, signals, and routes; trackside signals must comply with MÁV (Hungarian State Railways) specifications and feature high-brightness LED displays; axle counters must meet high reliability and fail-safe requirements; point machines must be suitable for heavy-duty points on double-track electrified sections. ETCS Level 2 System : Must provide seamless Radio Block Centres compliant with European Union Agency for Railways (ERA) specifications; trackside units should be integrated into the signaling system; a complete GSM-R mobile communication system must be configured as the train-to-ground data transmission platform. Telecommunications System : Includes backbone communication fiber optic cables along the line, transmission equipment, access equipment, and dispatch communication systems. Level Crossing Equipment : High-speed barriers must have fast response and high reliability, and sensors must meet ETCS trigger point accuracy requirements. The technical specifications, performance, and safety of all materials must comply with current Hungarian national standards, European Railway Interoperability Technical Specifications, and the detailed requirements specified in the contract's technical documents. Place of Performance NUTS Code : HU321 (Hajdú-Bihar), HU323 (Szabolcs-Szatmár-Bereg) Place of Performance Details : Railway section between Debrecen (excl.) and Nyíregyháza (excl.) and related areas, as detailed in the technical documents. Estimated Duration : 48 months Estimated Value (Excl. VAT) : HUF 60,552,850,253.00 Participation Possibility : Open to all potential participants Personnel Qualification Requirements : The names and professional qualifications of personnel involved in contract execution must be specified. EU Funding Information : The project is partially or fully funded by EU funds. Funding sources: Connecting Europe Facility (2021-2027); European Regional Development Fund (2021-2027). Grant agreement number: 22-HU-TC-DNYRAILWAY CEF, 101122873. Supplementary funding may come from IKOP Plus and/or the national budget. Covered by GPA : Yes Other Information : Subcontracting is not permitted. The project is technically indivisible, and to ensure uninterrupted railway traffic during construction, a single contractor must be responsible for system-level management. This procurement is conditional, dependent on the approval of required additional EU funding. Suspensive conditions for contract effectiveness include: approval of required supplementary EU funding, and the effectiveness of the main track construction works contract. Source of Selection Criteria : Notice Description of Selection Criteria : Criterion : Registration in relevant professional registers Description : SZ.1) Pursuant to Section 65(1)(c) of the Public Procurement Act and related government decrees, the tenderer (or its construction-performing partner/subcontractor/capacity organization) must be registered in the register of construction industry contractors maintained by the Hungarian Chamber of Commerce and Industry. Economic operators not registered in Hungary must be registered in a similar official register in their home country, or hold a corresponding license, permit, or membership. Criterion : Registration in relevant professional registers Description : SZ.2) Pursuant to Section 65(1)(c) of the Public Procurement Act and related government decrees, the tenderer must be registered in the registers of the competent national professional associations for design services related to construction works (the Hungarian Chamber of Engineers and/or the Hungarian Chamber of Architects). Economic operators not registered in Hungary must be registered in similar registers in their home country, or hold a corresponding license, permit, or membership, and must be registered in the relevant Hungarian association register(s) by the time of contract signing at the latest. Criterion : Specific average annual turnover Description : P.1) The tenderer must declare its net turnover from the subject matter of public procurement (construction and/or design of high-rise and/or deep foundation works) for the last three completed financial years prior to the publication of this tender notice. Minimum requirement: cumulative net turnover over the past three years must be at least HUF 25,000,000,000. Criterion : References to specific works Description : M.1) The tenderer must submit proof of performance (issued by the other contracting party) for the most important construction works completed within the past 8 years (96 months) and started at the latest within the past 13 years (156 months). Minimum requirement: possession of at least one contract performance successfully completed (concluded with successful technical handover) for the design, construction, extension, renewal, or modernization of electronic signaling systems and/or ETCS train control systems on a national railway network. The total number of stations controlled by electronic signaling systems in this performance must be at least 2. Can be proven by multiple contracts. Criterion : Quality control technicians or technical bodies Description : M.2) The tenderer must specify the expert personnel who will participate in the contract execution. Minimum requirements: M.2.1) 1 Project Manager, with at least 24 months of experience as a project manager/deputy manager in electronic railway signaling systems and/or ETCS installation/modernization. M.2.2) 1 Design Engineer, holding KÉ-VV or equivalent design qualification, or possessing the educational background required to obtain such qualification, and having at least 24 months of relevant design experience. M.2.3) 1 Construction Manager, holding MV-VV or equivalent responsible construction manager qualification, or possessing the educational background required to obtain such qualification, and having at least 24 months of experience as a chief construction manager/construction manager/deputy manager/responsible construction manager on national railway network signaling/ETCS projects. M.2.4) 1 System Engineer, with at least 24 months of experience in electronic railway signaling system or ETCS base software development/testing. The same person cannot hold multiple positions. Award Criteria : Criterion : Quality Description : 2. M.2.1) Additional professional experience (months) of the Project Manager exceeding the minimum requirement (up to 36 months), weight 8 points Criterion : Quality Description : 3. M.2.2) Additional professional experience (months) of the Design Engineer exceeding the minimum requirement (up to 36 months), weight 7 points Criterion : Quality Description : 4. M.2.3) Additional professional experience (months) of the Construction Manager exceeding the minimum requirement (up to 36 months), weight 8 points Criterion : Quality Description : 5. M.2.4) Additional professional experience (months) of the System Engineer exceeding the minimum requirement (up to 36 months), weight 7 points Criterion : Price Description : 1. Single total net tender price excluding contingencies (Hungarian Forint), weight 70 points Address for Procurement Documents : https://ekr.gov.hu/eljarastar/eljaras/EKR000771582025 Submission Method : Must be submitted electronically Submission Address : https://ekr.gov.hu/eljarastar/eljaras/EKR000771582025 Permitted Submission Language : Hungarian Electronic Catalogue : Not permitted Variant Solutions : Not permitted Financial Guarantee Description : The tender security amount is HUF 40,000,000. It can be provided by transfer to a designated escrow account, or by providing a bank/insurance institution's guarantee or performance bond. The deadline for providing the security is the same as the tender submission deadline. Tender Validity Period : 60 days Opening Information : Tender opening date: 16 March 2026, 12:00 (UTC+1). The tender opening will be conducted electronically in the Electronic Procurement System (EKR). Contract Conditions : Execution under a protected employment scheme is not required. Confidentiality agreement required: No. Electronic invoicing required: Yes. Online ordering will be used: No. Electronic payment will be used: Yes. Legal Form of Winning Bidder : The contracting authority does not require and does not permit the winning bidder to establish a project company for contract performance. Financial Arrangements : The contract is supplier-financed, funding intensity unknown. Payment and settlement currency is Hungarian Forint. The contracting authority accepts electronic invoices. Payment terms are based on performance certificates signed by the contracting authority. Monthly installment invoicing is allowed, final invoice condition is successful technical handover. Reverse charge VAT applies. Payment period is within 30 days of receiving a correct invoice. Advance payment is up to 5% of the total contract price, no advance payment return guarantee required. Retention money is 5% of the total contract price. Detailed delay penalties, defective performance penalties, and default penalties are specified, up to 15%-20% of the total contract price. Performance bond is 5% of the total contract price, to be provided upon contract effectiveness, valid until 45 days after completion. Defects liability period is 36 months, warranty period is 60 months. Defects liability bond is 5% of the total contract price, to be provided upon successful technical handover, valid until 45 days after the end of the defects liability period. Mediation Body : Public Procurement Arbitration Board Appeal Body : Public Procurement Arbitration Board Body Providing Supplementary Information : Ministry of Construction and Transport Body Providing Appeal Information : Public Procurement Arbitration Board |
| Documents |