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 | Local Unit Pogradec | ||||||||||
Procuring Authority / Buyer | Bashkia Pogradec | ||||||||||
Tender object | Loti I: Mbikqyrje “Rikonstruksion dhe shtesa shkolla e mesme “14 Ëngjëjt” dhe shkollës 9-vjeçare “Servet Agolli” Buçimas | ||||||||||
Reference No. | REF-45452-10-12-2022 | ||||||||||
Estimated / Ceiling Value ALL without VAT | 1 146 098,00 | ||||||||||
Type of Contract | |||||||||||
Procurement Method | Simplified open procedure | ||||||||||
Stage Procedure | Signed the Contract | ||||||||||
Tender Publication Date | 13-10-2022 | ||||||||||
Last date of Submitted Documents | 24-10-2022 | ||||||||||
Tender Held Date | 24-10-2022 | ||||||||||
No. of Bidders | 8 | ||||||||||
Bidders |
1. BN- PROJECT” shpk 2. “C.E.C Group” shpk 3. “DRICONS” shpk 4. “G & L CONSTRUCTION 5. “INDAY-18” shpk 6. “MAGNA CHARTA” shpk 7. BOE “Palma Construction” shpk dhe“DGH- TIRANA” 8. BOE “EDIFAT” shpk dhe “HE & SK 11” shpk |
||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||
The winning bid ALL without vat | 938 044,00 | ||||||||||
Bidder Announcement date | 24-11-2022 | ||||||||||
Award and Contract Amount ALL with VAT | 1125653 | ||||||||||
Contract date | 09-12-2022 | ||||||||||
Planned Milestones of Contract / Start and End Date | Deri ne perfundim te zbatimit të punimeve ndërtimore. | ||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomike te meposhtem: 1. BN- PROJECT shpk, per arsye: -nuk ka paraqitur te gjithe dokumentacionin e plote dhe te sakte per te deshmuar plotesimin e te gjithe kerkesave per kualifikim sic kerkohen ne DST. -Nuk ka paraqitur sigurimin e ofertes, shtojcen 9 Formular vetedeklarimi”, xhiron e kerkuar, Bilancet, sherbime te ngjashme, Licence... 2.C.E.C Group shpk, per arsye: -oferta e paraqitur nga operatori ekonomik eshte me e ulet se vlera minimale qe rezulton nga zbatimi i formules se interpolimit. 3.INDAY 18 shpk, per arsye: -oferta e paraqitur nga operatori ekonomik eshte me e ulet se vlera minimale qe rezulton nga zbatimi i formules se interpolimit. 4.G & L CONSTRUCTION” shpk, per arsye -nuk ka paraqitur te gjithe dokumentacionin e plote dhe te sakte per te deshmuar plotesimin e te gjithe kerkesave per kualifikim sic kerkohen ne DST. -nuk ka paraqitur sigurimin e ofertes. |
||||||||||
Cancellation reason | |||||||||||
Additions | |||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for “DGH- TIRANA” viti 2014 Monitor treasury transaction for “DGH- TIRANA” viti 2015-2018 Monitor treasury transaction for “DGH- TIRANA” viti 2019-2020 |
||||||||||
Public Announcement Bulletin |
|