Open Procurement Albania

Supervizion per “Furnizim dhe vendosje elektropompa dhe panele elektrike ne stacionin e pompave Fushë-Kuqe”.

A Red Flag is a fact, event, or set of circumstances, or other information that may indicate a potential legal compliance concern for illegal or unethical business conduct, particularly with regard to corrupt practices and non-compliance with anti-corruption laws.

  • Disqualification of all competitive operators except the winner
  • Disqualification of all competitive operators except the winner

Procuring Authority / Buyer Shoqëria Rajonale Ujësjellës Kanalizime Durrës Sh.A
Procuring Authority / Buyer Local Unit Durrës
Tender object Supervizion per “Furnizim dhe vendosje elektropompa dhe panele elektrike ne stacionin e pompave Fushë-Kuqe”.
Reference No. REF-14231-07-25-2024
Estimated / Ceiling Value ALL without VAT 1 682 088,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 26-07-2024
Last date of Submitted Documents 07-08-2024
Tender Held Date 07-08-2024
No. of Bidders 7
Bidders 1.BOE “INDAY-18”& “REAN 95 shpk”
2. BN PROJECT
3. GB CIVIL ENGINEERING
4. HYDRO-ENG CONSULTING
5. NET-GROUP
6. PROJECT DALUZ 2019
7. BOE VIKING ENGINEERING & “ERALD-G SH.P.K
Successful Bidder /Supplier / Provider
  • NET-GROUP
  • The winning bid ALL without vat 1 495 942,00
    Bidder Announcement date 15-08-2024
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date Afati i realizimit është 6 muaj
    Afati i realizimit të mbikqyrjes së punimeve do të jetë i njëjtë me afatin e realizimit të punimeve nga shoqëria ndërtimore e cila do të zbatojë punimet.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike e meposhtem:
    1.BOE “INDAY-18”& “REAN 95 shpk” , per arsye:
    -Ka paraqqitur oferten ekonomike nen vleren minimale te perllogaritur nga AK sipas VKM 354 date 11.05.2016

    2. BN PROJECT, per arsye:
    -Nuk ka permbushur kriteret e kualifikimit ne DST

    3. GB CIVIL ENGINEERING, per arsye:
    -Nuk ka paraqitur kontrata pune e ngjashme elektrike

    4. HYDRO-ENG CONSULTING, per arsye:
    -Nuk ka paraqitur kontrata pune e ngjashme elektrike

    5. PROJECT DALUZ 2019, per arsye:
    -Nuk ka paraqitur licence profesionale per mbikqyrje dhe kolaudim

    6. BOE VIKING ENGINEERING & “ERALD-G SH.P.K” , per arsye:
    -Nuk ka paraqitur bilancet e tre viteve te fundit te konfirmuara nga tatimet.
    -Nuk ka paraqitur dokumentat e stafit teknik
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract
    Terms of Reference
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Formular i Njoftimit te Fituesit Paraprak
    Formular i Njoftimit te Fituesit Pas afatit te Ankimimit

    SUPPORTERS

    Here you can have your ADVERTISEMENT

    Contact at [email protected]

    Privacy Policy

    Except when otherwise defined, all data & information offered in Open Procurement Albania is available under the licenses: This material is Open Data