NOTICE OF CONTRACT FOR
TECHNICAL EVALUATION PART
Project: Kosovo Improvement and Rehabilitation of Irrigation Systems
Project
Country: Republic of Kosovo
Project ID No.: P179737
Bid/Contract Reference No: IRIS-1.1-RFB-W-004
Scope of Contract: Electricity and SCADA System for Radoniqi – Dukagjini Irrigation Scheme”
Method of Selection: NCB
Duration of Contract: 12 months
Evaluation Currency: EURO
Date : 03/03/2025
EVALUATED CONSULTANT(S)/FIRM
Name: ELEKTRO STUBLLA, KOSOVO
Address: Kosovo
Technical score: 57.22%
Financial score: N/A
EVALUATED CONSULTANT(S)/FIRM
Name: JV ENCOAL & ELING GROUP & MONTING LLC
Address: Albania & Kosovo
Technical score: 49.54%
Financial score: N/A
NON- RESPONSIVE CONSULTANT(S)/ FIRM
Name: JV IDS SISTEM, TURKEY & ENERCO, KOSOVO
Address: Turkey & Kosovo
JV IDS SYSTEM & ENERCO LLC the submitted document does not meet the mandatory financial criteria outlined in Form FIN-3.1 (i) – “The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Euro 500,000.00€ for the subject contract(s) net of the Bidders other commitments”. Consequently, the evaluation process, including scoring, will not proceed.
NON- RESPONSIVE CONSULTANT(S)/ FIRM
Name: JV DUPLICO LLC, CROATIA & VIBTIS LTD, ALBANIA
Address: Croatia & Albania
JV DUPLICO, CROATIA & VIBTIS LTD, ALBANIA the submitted document does not meet the mandatory financial criteria outlined in Form FIN-3.1 (i) – “The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as Euro 500,000.00€ for the subject contract(s) net of the Bidders other commitments”. Consequently, the evaluation process, including scoring, will not proceed.
NON RESPONSIVE CONSULTANT(S)/FIRM
Name: MONT KOMERC SHPK, KOSOVO
Address: Kosovo
MONT KOMERC SHPK, KOSOVO has failed to fulfill the following documents:
Form ELI-1.2, Form CON-2, Form CON-3, Form CON-4, Form EXP-4.2 (c), audited financial statements for 2022 – not submitted, Form FIN-3.1 (i) – Missing the required supporting document from the bank, demonstrating access to or availability of liquid assets, unencumbered real assets, lines of credit, or other financial resources sufficient to meet the estimated construction cash flow requirement of €500,000.00, excluding any contractual advance payment.
Given the absence of essential documents and other inconsistencies in the submitted documentation, the Evaluation Committee determined that the bid from MONT KOMERC SHPK, KOSOVO was non-responsive and did not proceed with further evaluation.
REJECTED CONSULTANT(S)/FIRM
NAME: JV A-ZERO, N, MACEDONIA & TELELINK MK, N, MACEDONIA
ADDRESS: NORTH OF MACEDONIA
JV A-ZERO, N, MACEDONIA & TELELINK MK, N, MACEDONIA has not fulfilled the criteria’s in Bid Opening Checklist as per follow: (e)Amount of bid security: 42,000.00 EURO only from bank. The bid security was not according to the Specific Procurement Notice, Point 7 explicitly states: “All Bids must be accompanied by a Bid Security of Euro 42,000.00 issued by a Bank.”