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 | Rikualifikimi urban i bllokut kufizuar nga rrugët “Sami Frashëri”, “Pjetër Bogdani”- ”Andon Zako Cajupi” dhe “Moskat | |||||||||||||||||||||
Reference No. | REF-97731-03-07-2024 | |||||||||||||||||||||
Estimated / Ceiling Value ALL without VAT | 33 101 932,00 | |||||||||||||||||||||
Type of Contract | ||||||||||||||||||||||
Procurement Method | Open Procedure | |||||||||||||||||||||
Stage Procedure | Signed the Contract | |||||||||||||||||||||
Tender Publication Date | 21-03-2024 | |||||||||||||||||||||
Last date of Submitted Documents | 05-04-2024 | |||||||||||||||||||||
Tender Held Date | 05-04-2024 | |||||||||||||||||||||
No. of Bidders | 10 | |||||||||||||||||||||
Bidders |
1. “RSM COMPANY” shpk 2. BOE “K.TURJA shpk & KEGLI-DURI” shpk 3. “LIS KONSTRUKSION” shpk 4. “L.T.E CONSTRUCTION” shpk 5. “S I R E T A 2F” shpk 6. “ASI-2A CO” shpk 7. “BIBA-X” shpk 8. “INA” shpk 9. “NDERTIMI” shpk 10. “ALMO KONSTRUKSION” shpk |
|||||||||||||||||||||
Successful Bidder /Supplier / Provider |
|
|||||||||||||||||||||
The winning bid ALL without vat | 24 651 349,00 | |||||||||||||||||||||
Bidder Announcement date | 06-06-2024 | |||||||||||||||||||||
Award and Contract Amount ALL with VAT | 29581618 | |||||||||||||||||||||
Contract date | 21-06-2024 | |||||||||||||||||||||
Planned Milestones of Contract / Start and End Date | 4 (katër) muaj kalendarike. | |||||||||||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
|||||||||||||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomike e meposhtem: 1. “RSM COMPANY” shpk, per arsye: -Ka paraqitur certifikatat ISO, por janë jashte afateve te vlefshmerise 2. BOE K.TURJA shpk & KEGLI DURI shpk , per arsye: -“K.TURJA” Shpk nuk ka paraqitur kopje të çertifikuara të bilancit per vitin 2022. -Nuk ka paraqitur autorizim prodhuesi ose distributori. |
|||||||||||||||||||||
Cancellation reason | ||||||||||||||||||||||
Additions | ||||||||||||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for LIS KONSTRUKSION viti 2014 Monitor treasury transaction for LIS KONSTRUKSION viti 2015-2018 Monitor treasury transaction for LIS KONSTRUKSION viti 2019-2020 |
|||||||||||||||||||||
Public Announcement Bulletin |
|