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 I: “Mbikqyrja e punimeve për objektin: “Rikualifikimi urban i zonës informale që kufizohet nga rrugët Sabaudin Gabrani - Jonuz Rama - Hamdi Çullhaj - Damian Himarioti - Bari Ishka - Vasfi Samini - Alush Elmaz Taka”. | ||||||||||||
Reference No. | REF-89737-12-05-2023 | ||||||||||||
Estimated / Ceiling Value ALL without VAT | 1 043 486,00 | ||||||||||||
Type of Contract | |||||||||||||
Procurement Method | Simplified open procedure | ||||||||||||
Stage Procedure | Signed the Contract | ||||||||||||
Tender Publication Date | 06-11-2023 | ||||||||||||
Last date of Submitted Documents | 18-12-2023 | ||||||||||||
Tender Held Date | 18-12-2023 | ||||||||||||
No. of Bidders | 8 | ||||||||||||
Bidders |
1. “A & E ENGINEERING” shpk 2. “A.SH. Engineering” shpk 3. TOWER” shpk 4. “S&L STUDIO” shpk 5. “NET-GROUP” shpk 6. “HYDRO-ENG CONSULTING” shpk 7. “NOVATECH STUDIO” shpk 8. “INSTITUTI I KONSULENCES NE NDERTIM "IKN” shpk |
||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||
The winning bid ALL without vat | 960 864,00 | ||||||||||||
Bidder Announcement date | 15-02-2024 | ||||||||||||
Award and Contract Amount ALL with VAT | 1,153,016 | ||||||||||||
Contract date | 18-03-2024 | ||||||||||||
Planned Milestones of Contract / Start and End Date | 10 (dhjetë) 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 e meposhtem: 1. A E ENGINEERING 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 2. A.SH. Engineering 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 3. TOWER 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 4. S L 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 5. NET-GROUP 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 6. HYDRO-ENG CONSULTING shpk, per arsye: 7. NOVATECH STUDIO shpk, |
||||||||||||
Cancellation reason | |||||||||||||
Additions | |||||||||||||
Transaction / Actual Spending |
|
||||||||||||
Public Announcement Bulletin |
|