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 Durrës | ||||||||||||||
Procuring Authority / Buyer | Bashkia Durres | ||||||||||||||
Tender object | Rikonstruksion i Pallatit te Kulturës | ||||||||||||||
Reference No. | REF-13423-07-17-2024 | ||||||||||||||
Estimated / Ceiling Value ALL without VAT | 496 274 322,00 | ||||||||||||||
Type of Contract | |||||||||||||||
Procurement Method | Open Procedure | ||||||||||||||
Stage Procedure | Announced the Winner | ||||||||||||||
Tender Publication Date | 18-07-2024 | ||||||||||||||
Last date of Submitted Documents | 02-08-2024 | ||||||||||||||
Tender Held Date | 02-08-2024 | ||||||||||||||
No. of Bidders | 5 | ||||||||||||||
Bidders |
1. DION-AL shpk 2. BOE BEAN shpk & NG STRUCTURES shpk 3. BOE LIS KONSTRUKSION shpk & VIANTE KONSTRUKSION & LLAZO shpk 4. BOE G.P.G. COMPANY shpk & GJIKURIA shpk & SENKA shpk 5. 4 A-M shpk 6. RAFIN COMPANY |
||||||||||||||
Successful Bidder /Supplier / Provider |
|
||||||||||||||
The winning bid ALL without vat | 488 709 669,00 | ||||||||||||||
Bidder Announcement date | 03-09-2024 | ||||||||||||||
Award and Contract Amount ALL with VAT | |||||||||||||||
Contract date | |||||||||||||||
Planned Milestones of Contract / Start and End Date | 12 (dymbëdhjetë) muaj | ||||||||||||||
Renewal Contract Additional Value (ALL with VAT) |
|
||||||||||||||
Appeals |
Nuk ka pasur ankesa. Jane skualifikuar operatoret ekonomik e meposhtem: 1. BOE BEAN shpk & NG STRUCTURES shpk, per arsye: -Nuk ka permbushur kriterin per pervojen e meparshme te ngjashme -Nuk ka deklaruar asnje punonjes hidraulik, karpentier, hekurkthyes, specialist ndertimi, instalues dhe riparues të kondicionerëve dhe sistemeve ftohëse-ngrohëse, pllakashtrues, murator, hidroizolues, termoizolues, bojaxhi, per realizimin e ketyre punimeve. -Nuk ka deklaruar Minieskavator me zinxhirë deri 3 ton 2. BOE LIS KONSTRUKSION shpk & VIANTE KONSTRUKSION & LLAZO shpk, per arsye: -LIS KONSTRUKSION nuk disponon licencen NS-19 A -Nuk ka deklaruar Inxhinier Ndërtimi profili strukturist drejtues teknik -Nuk ka plotesuar numrin minimal te punetoreve te ndertimit te thjeshte 3. 4 A-M shpk, per arsye: -Nuk ka deklaruar punonjes specialist ndertimi -Nuk ka permbushur piken 2.4.3 te Kapacitetit Teknik 4. DION-AL shpk, per arsye: -Ka paraqitur oferte ekonomike anomalisht te ulet 5. RAFIN COMPANY, per arsye: -Nuk ka paraqitur asnje dokumentacion ne permbushje te kritereve te percaktuara ne dokumentat e tenderit. |
||||||||||||||
Cancellation reason | |||||||||||||||
Additions | Operatori ekonomik RAFIN COMPANY, nuk ka paraqitur oferte ekonomike | ||||||||||||||
Transaction / Actual Spending |
Monitor treasury transaction for G.P.G. COMPANY shpk viti 2014 Monitor treasury transaction for G.P.G. COMPANY shpk viti 2015-2018 Monitor treasury transaction for G.P.G. COMPANY shpk viti 2019-2020 Monitor treasury transaction for GJIKURIA shpk viti 2012-2013 Monitor treasury transaction for GJIKURIA shpk viti 2014 Monitor treasury transaction for GJIKURIA shpk viti 2015-2018 Monitor treasury transaction for GJIKURIA shpk viti 2019-2020 Monitor treasury transaction for SENKA shpk viti 2012-2013 Monitor treasury transaction for SENKA shpk viti 2014 Monitor treasury transaction for SENKA shpk viti 2015-2018 Monitor treasury transaction for SENKA shpk viti 2019-2020 |
||||||||||||||
Public Announcement Bulletin |
|