Open Procurement Albania

Loti I: Mbikqyrje “Rikonstruksion dhe shtesa shkolla e mesme “14 Ëngjëjt” dhe shkollës 9-vjeçare “Servet Agolli” Buçimas

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 all competitive operators except the winner

Procuring Authority / Buyer Local Unit Pogradec
Procuring Authority / Buyer Bashkia Pogradec
Tender object Loti I: Mbikqyrje “Rikonstruksion dhe shtesa shkolla e mesme “14 Ëngjëjt” dhe shkollës 9-vjeçare “Servet Agolli” Buçimas
Reference No. REF-45452-10-12-2022
Estimated / Ceiling Value ALL without VAT 1 146 098,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Signed the Contract
Tender Publication Date 13-10-2022
Last date of Submitted Documents 24-10-2022
Tender Held Date 24-10-2022
No. of Bidders 8
Bidders 1. BN- PROJECT” shpk
2. “C.E.C Group” shpk
3. “DRICONS” shpk
4. “G & L CONSTRUCTION
5. “INDAY-18” shpk
6. “MAGNA CHARTA” shpk
7. BOE “Palma Construction” shpk dhe“DGH- TIRANA”
8. BOE “EDIFAT” shpk dhe “HE & SK 11” shpk
Successful Bidder /Supplier / Provider
  • “Palma Construction” shpk - “DGH- TIRANA”
  • The winning bid ALL without vat 938 044,00
    Bidder Announcement date 24-11-2022
    Award and Contract Amount ALL with VAT 1125653
    Contract date 09-12-2022
    Planned Milestones of Contract / Start and End Date Deri ne perfundim te zbatimit të punimeve ndërtimore.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. BN- PROJECT shpk, per arsye:
    -nuk ka paraqitur te gjithe dokumentacionin e plote dhe te sakte per te deshmuar plotesimin e te gjithe kerkesave per kualifikim sic kerkohen ne DST.
    -Nuk ka paraqitur sigurimin e ofertes, shtojcen 9 Formular vetedeklarimi”, xhiron e kerkuar, Bilancet, sherbime te ngjashme, Licence...

    2.C.E.C Group shpk, per arsye:
    -oferta e paraqitur nga operatori ekonomik eshte me e ulet se vlera minimale qe rezulton nga zbatimi i formules se interpolimit.

    3.INDAY 18 shpk, per arsye:
    -oferta e paraqitur nga operatori ekonomik eshte me e ulet se vlera minimale qe rezulton nga zbatimi i formules se interpolimit.

    4.G & L CONSTRUCTION” shpk, per arsye
    -nuk ka paraqitur te gjithe dokumentacionin e plote dhe te sakte per te deshmuar plotesimin e te gjithe kerkesave per kualifikim sic kerkohen ne DST.
    -nuk ka paraqitur sigurimin e ofertes.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for “DGH- TIRANA” viti 2012-2013
    Monitor treasury transaction for “DGH- TIRANA” viti 2014
    Monitor treasury transaction for “DGH- TIRANA” viti 2015-2018
    Monitor treasury transaction for “DGH- TIRANA” viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 173 datë 19 Dhjetor 2022

    Privacy Policy

    Except when otherwise defined, all data & information offered in Open Procurement Albania is available under the licenses: This material is Open Data