IRIS

NOTICE OF CONTRACT FOR TECHNICAL EVALUATION PART – Electricity and SCADA System for Radoniqi – Dukagjini Irrigation Scheme”

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.”