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 Tiranë | ||||||||||||
Procuring Authority / Buyer | Bashkia Tirane | ||||||||||||
Tender object | “Loti I Rehabilitimi i rrugëve të Bllokut që kufizohet nga rrugët “Fabrika e Qelqit”, “Konferenca e Pezës”, “Besim Alla”, dhe “Jorgo Panajot”, | ||||||||||||
Reference No. | REF-55505-12-29-2022 | ||||||||||||
Estimated / Ceiling Value ALL without VAT | 1 286 625,00 | ||||||||||||
Type of Contract | |||||||||||||
Procurement Method | Simplified open procedure | ||||||||||||
Stage Procedure | Signed the Contract | ||||||||||||
Tender Publication Date | 30-12-2022 | ||||||||||||
Last date of Submitted Documents | 10-01-2023 | ||||||||||||
Tender Held Date | 10-01-2023 | ||||||||||||
No. of Bidders | 9 | ||||||||||||
Bidders |
1. “ELDA-VL” 2. BOE “ZENIT & CO” &“FTA Studio” 3. “TAULANT” Shpk 4. BOE “NOVATECH STUDIO” shpk &“MIKI CONSULTING” shpk 5. “NET-GROUP” shpk 6. BOE “SPHAERA & ARCHISPACE” shpk. 7. “A & E ENGINEERING ”sh.p.k 8. “INSTITUTI DEKLIADA – ALB” shpk 9. “C.E.C GROUP “ shpk |
||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||
The winning bid ALL without vat | 1 117 226,00 | ||||||||||||
Bidder Announcement date | 02-02-2023 | ||||||||||||
Award and Contract Amount ALL with VAT | 1340671 | ||||||||||||
Contract date | 20-02-2023 | ||||||||||||
Planned Milestones of Contract / Start and End Date | 12 (dymbedhjete) muaj kalndarike. | ||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
||||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomike te meposhtem: 1.Elda VL, per arsye: -Nuk ploteson piken 1 a te kritereve te vecanta per kualifikim, pasi nuk ka dorezuar oferten 2. ZENIT CO dhe FTA Studio shpk, per arsye: -Ka paraqitur oferte me te ulet se se vlera minimale e perllogaritur per kete procedure prokurimi 3. TAULANT shpk, per arsye: -Ka paraqitur oferte me te ulet se se vlera minimale e perllogaritur per kete procedure prokurimi 4.BOE NOVATECH STUDIO dhe MIKI CONSULTING shpk, per arsye: -Novatech Studio nuk ka plotesuar paragrafin e pare sipas shtojces 12 - Ne marreveshjen e bashkepunimit nuk kane plotesuar perqindjen e pjesemarrjes ne bashkim dhe elementet qe merr persiper te realizoje secili prej anetareve te bashkimit ekonomik. |
||||||||||||
Cancellation reason | |||||||||||||
Additions | |||||||||||||
Transaction / Actual Spending |
|
||||||||||||
Public Announcement Bulletin |
|