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 IV: Mbikqyrja e punimeve për objektin: “Ura e Bonarakeve, Ibë e Poshtme” | ||||||||||||
Reference No. | REF-55478-12-29-2022 | ||||||||||||
Estimated / Ceiling Value ALL without VAT | 1 608 817,00 | ||||||||||||
Type of Contract | |||||||||||||
Procurement Method | Simplified open procedure | ||||||||||||
Stage Procedure | Signed the Contract | ||||||||||||
Tender Publication Date | 30-12-2022 | ||||||||||||
Last date of Submitted Documents | 09-01-2023 | ||||||||||||
Tender Held Date | 09-01-2023 | ||||||||||||
No. of Bidders | 9 | ||||||||||||
Bidders |
1. BOE “MCE”&”STATENG” 2. “INFRATECH” shpk 3. BOE “ZENIT&CO”&”FTA Studio” 4. “NET-GROUP” shpk 5. “INSTITUTI DEKLIADA-ALB” shpk 6. BOE“NOVATECH STUDIO” & “MIKI CONSULTING” shpk 7. “ARENA MK” shpk 8. C.E.C Group shpk 9. TAULANT SHPK |
||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||
The winning bid ALL without vat | 1 455 240,00 | ||||||||||||
Bidder Announcement date | 02-02-2023 | ||||||||||||
Award and Contract Amount ALL with VAT | 1746288 | ||||||||||||
Contract date | 21-02-2023 | ||||||||||||
Planned Milestones of Contract / Start and End Date | 6 (gjashtë) muaj 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. BOE MCE dhe STATENG shpk, per arsye: -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta , pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur 2. BOE NOVATECH STUDIO dhe MIKI CONSULTING shpk, per arsye: -Nuk ploteson kerkesen e percaktuar ne shtojca 8, Kriteret e Pergjithshme te Kualifikimit, pasi nuk ka percaktuar perqindjen e pjesemarrjes ne bashkepunim per secilin operator. -MIKI CONSULTING shpk nuk permbush piken 7, te Kritereve te Vecanta te Kualifikimit sipas dokumentave standarte, sepse nuk ka paraqitur asnje nga certifikatat ISO |
||||||||||||
Cancellation reason | |||||||||||||
Additions | |||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for INFRATECH SHPK viti 2014 Monitor treasury transaction for INFRATECH SHPK viti 2015-2018 Monitor treasury transaction for INFRATECH SHPK viti 2019-2020 |
||||||||||||
Public Announcement Bulletin |
|