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 Elbasan | |||||||||||||||||
Procuring Authority / Buyer | Bashkia Elbasan | |||||||||||||||||
Tender object | Rikonstruksion në objekte arsimore | |||||||||||||||||
Reference No. | REF-77976-08-21-2023 | |||||||||||||||||
Estimated / Ceiling Value ALL without VAT | 41 763 545,00 | |||||||||||||||||
Type of Contract | ||||||||||||||||||
Procurement Method | Open Procedure | |||||||||||||||||
Stage Procedure | Signed the Contract | |||||||||||||||||
Tender Publication Date | 22-08-2023 | |||||||||||||||||
Last date of Submitted Documents | 07-09-2023 | |||||||||||||||||
Tender Held Date | 07-09-2023 | |||||||||||||||||
No. of Bidders | 5 | |||||||||||||||||
Bidders |
1. “SHENDELLI” sh.p.k 2. BOE “NDERTIMI” sh.p.k & "NDREGJONI" sh.p.k 3. BOE “Aida Construction” sh.p.k & "6 D-PLAN" sh.p.k 4. “BLERIMI” sh.p.k 5. “BAJRAMI” sh.p.k |
|||||||||||||||||
Successful Bidder /Supplier / Provider |
|
|||||||||||||||||
The winning bid ALL without vat | 41 000 000,00 | |||||||||||||||||
Bidder Announcement date | 18-09-2023 | |||||||||||||||||
Award and Contract Amount ALL with VAT | 41763545 | |||||||||||||||||
Contract date | 16-10-2023 | |||||||||||||||||
Planned Milestones of Contract / Start and End Date | 5 muaj nga data e nënshkrimit të kontratës. | |||||||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
|||||||||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomike te meposhtem: 1. SHENDELLI sh.p.k, per arsye: -Nuk ka deklaruar ose paraqitur kontrate noteriale furnizimi me prodhuesit ose distributorin -Nuk paraqitur asnje dokumentacion qe te vertetoje se disponon 2 mjete Minidamper, 2. BOE Aida Construction sh.p.k dhe 6 D PLAN sh.p.k, per arsye: -Ne shtojcen 8 te vetedeklarimit ka deklaruar 39 punonjes, duke mos permbushur kerkesen e parashikuar ne piken 2.3.4 te kapacitetit teknik 3. AIDA CONSTRUCTION sh.p.k, dhe 6 D PLAN, per arsye: -Nuk permbush kerkesen e parashikuar ne piken 2.3.9 te kapacitetit teknik, pasi nuk ka paraqitur licence nga Qendra Kombetare e Licensimit (QKL) Kodi III.2.B -6 D PLAN nuk ka paraqitur bilancin e vitit 2022 4. NDERTIMI” sh.p.k dhe NDREGJONI sh.p.k, per arsye: -Nuk ka deklaruar ose paraqitur kontrate noteriale furnizimi me prodhuesit ose distributorin -Nuk permbush kerkesen e parashikuar ne piken 2.3.9 te kapacitetit teknik, pasi nuk ka paraqitur licence nga Qendra Kombetare e Licensimit (QKL) Kodi III.2.B |
|||||||||||||||||
Cancellation reason | ||||||||||||||||||
Additions | ||||||||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for BLERIMI SHPK viti 2014 Monitor treasury transaction for BLERIMI SHPK viti 2015-2018 Monitor treasury transaction for BLERIMI SHPK viti 2019-2020 |
|||||||||||||||||
Public Announcement Bulletin |
|