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 the lowest value bid
| Procuring Authority / Buyer | Shoqëria Rajonale Ujësjellës Kanalizime Pogradec Sh.A | ||||||||||||
| Procuring Authority / Buyer | Local Unit Pogradec | Tender object |
Blerje pajisje speciale pune Burimi i financimit: te ardhurat e Shoqerise Rajonale Ujesjelles Kanalizime Pogradec |
||||||||||
| Reference No. | REF-67077-10-29-2025 | ||||||||||||
| CPV Code | 39300000-5 - Pajisje të ndryshme, | ||||||||||||
| Estimated / Ceiling Value ALL without VAT | 1 774 360,00 | ||||||||||||
| Type of Contract | |||||||||||||
| Procurement Method | Simplified open procedure | ||||||||||||
| Stage Procedure | Announced the Winner | ||||||||||||
| Tender Publication Date | 30-10-2025 | ||||||||||||
| Last date of Submitted Documents | 12-11-2025 | ||||||||||||
| Tender Held Date | 12-11-2025 | ||||||||||||
| No. of Bidders | 2 | ||||||||||||
| Bidders |
1. Hydro Construcion shpk 2. Ligus shpk |
||||||||||||
| Successful Bidder /Supplier / Provider |
|
||||||||||||
| The winning bid ALL without vat | 1 721 129,00 | ||||||||||||
| Bidder Announcement date | 19-11-2025 | ||||||||||||
| Award and Contract Amount ALL with VAT | |||||||||||||
| Contract date | |||||||||||||
| Planned Milestones of Contract / Start and End Date | 7 Dite | ||||||||||||
| Renewal Contract Additional Value (ALL with VAT) | |||||||||||||
| Appeals |
Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm: 1. Hydro Construcion shpk, pasi ka mangesi ne dokumentacionin e paraqitur per sa me poshte 1. Ne bilancet e paraqitura per vitet 2022, 2023, 2024, nuk rezulton te jene te certifikuara nga organet tatimore. 2. Operatori ekonomik nuk ka paraqitur autorizim prodhuesi apo nga distributori i autorizuar , per produketet objekt kontrate. 3. Operatori ekonomik nuk ka paraqitur deshmi per punimet e mepareshme te ngjashme. 4. Operatori ekonomik nuk ka paraqitur, skedat teknike, katalloge te pajisjeve te perkthyera dhe te noterizuara, te cilet permbajne specifikimet teknike te kerkuara. *Ne pritje te perfundimit te afatit te ankimimit. |
||||||||||||
| Cancellation reason | |||||||||||||
| Additions | |||||||||||||
| Transaction / Actual Spending |
|
||||||||||||
| Public Announcement Bulletin |
|