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 Tiranë | ||||||||||||
Tender object | Loti III: “Mbikqyrja e punimeve për objektin: “Rikualifikimi i bllokut dhe degëzimeve për rrugët: “Nikoll Mekjashi”-“Shyqyri Basha”-“Kostandin Shpataraku”-“Minella Karajani”-“Bajazit Shehu” | ||||||||||||
Reference No. | REF-55512-12-29-2022 | ||||||||||||
Estimated / Ceiling Value ALL without VAT | 938 036,00 | ||||||||||||
Type of Contract | |||||||||||||
Procurement Method | Simplified open procedure | ||||||||||||
Stage Procedure | Announced the Winner | ||||||||||||
Tender Publication Date | 30-12-2022 | ||||||||||||
Last date of Submitted Documents | 10-01-2023 | ||||||||||||
Tender Held Date | 10-01-2023 | ||||||||||||
No. of Bidders | 5 | ||||||||||||
Bidders |
1. “INSTITUTI DEKLIADA – ALB”shpk. 2. BOE “NOVATECH STUDIO” &”MIKI CONSULTING” shpk 3. BOE “ZENIT&CO” & “FTA Studio” shpk 4. “C.E.C Group”shpk. 5. “A&E Engineering sh.p.k” |
||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||
The winning bid ALL without vat | 872 374,00 | ||||||||||||
Bidder Announcement date | 03-02-2023 | ||||||||||||
Award and Contract Amount ALL with VAT | |||||||||||||
Contract date | |||||||||||||
Planned Milestones of Contract / Start and End Date | 5 (pese) muaj kalendarike | ||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
||||||||||||
Appeals |
Nuk ka pasur ankesa Jane skualifikuar operatoret ekonomike te meposhtem: 1. INSTITUTI DEKLIADA ALB shpk, per arsye: -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta per kualifkim, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur 2. BOE Novatech Studio dhe Miki Consulting shpk, per arsye: -Nuk ka paraqitur oferten ekonomike ne perputhje me kerkesat e Dokumenteve Standarte te Tenderit, 3. BOE ZENIT dhe CO FTA Studio 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 |
||||||||||||
Cancellation reason | |||||||||||||
Additions | |||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for C.E.C GROUP SHPK viti 2014 Monitor treasury transaction for C.E.C GROUP SHPK viti 2015-2018 Monitor treasury transaction for C.E.C GROUP SHPK viti 2019-2020 |
||||||||||||
Public Announcement Bulletin |
|