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: “Mbikqyrja e punimeve për objektin: “Zgjerimi i hapësirave të varrezave publike Sharrë”. | ||||||||||||
Reference No. | REF-68334-05-04-2023 | ||||||||||||
Estimated / Ceiling Value ALL without VAT | 287 207,00 | ||||||||||||
Type of Contract | |||||||||||||
Procurement Method | Simplified open procedure | ||||||||||||
Stage Procedure | Signed the Contract | ||||||||||||
Tender Publication Date | 05-05-2023 | ||||||||||||
Last date of Submitted Documents | 15-05-2023 | ||||||||||||
Tender Held Date | 15-05-2023 | ||||||||||||
No. of Bidders | 8 | ||||||||||||
Bidders |
1. “MCE” shpk 2. “BN PROJECT” shpk 3. “HYDRO-ENG CONSULTING” shpk 4. BOE “A.SH. Engineering” shpk & ERSI/M shpk 5. “NOVATECH STUDIO” shpk 6. BOE “ZENIT&CO” shpk & “Fta Studio” shpk NUIS 7. “S&L Studio” shpk 8. BOE “SPHAREA” shpk & “ARKIMADE” shpk |
||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||
The winning bid ALL without vat | 243 387,00 | ||||||||||||
Bidder Announcement date | 06-06-2023 | ||||||||||||
Award and Contract Amount ALL with VAT | 292065 | ||||||||||||
Contract date | 11-07-2023 | ||||||||||||
Planned Milestones of Contract / Start and End Date | 15 (pesëmbëdhjetë) javë kalendarike duke nisur nga data e lidhjes së kontratës së sipërmarrjes për të njëjtin objekt | ||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
||||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomike te meposhtem: 1. MCE shpk, per arsye: -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi 2. BN PROJECT shpk, per arsye: -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi 3. HYDRO ENG CONSULTING shpk, per arsye: -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi |
||||||||||||
Cancellation reason | |||||||||||||
Additions | |||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for A.SH. Engineering” shpk viti 2014 Monitor treasury transaction for A.SH. Engineering” shpk viti 2015-2018 Monitor treasury transaction for A.SH. Engineering” shpk viti 2019-2020 Monitor treasury transaction for ERSI/M shpk. viti 2012-2013 Monitor treasury transaction for ERSI/M shpk. viti 2014 Monitor treasury transaction for ERSI/M shpk. viti 2015-2018 Monitor treasury transaction for ERSI/M shpk. viti 2019-2020 |
||||||||||||
Public Announcement Bulletin |
|