CONTRACT AWARD NOTICE

 

Employer: Albanian Development Fund (ADF)

Project: Regional and Local Roads Connectivity Project (RLRCP)

Contract title: “Reconstruction of the road Lekdush-Bence-Tepelene, Lot 2”

Country: Albania

Loan No.: IBRD loan 8850-AL

RFB No: RLRCP/1/1.10/2019

Issued on: December 20, 2019

 

I.  The selection method used: Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, as amended.

II.  The Bidders who submitted a Bid and the bid prices as read out and as evaluated:

No.
Name of Bidder
Bid price as read out

(US$) VAT included

Bid price as corrected (if any)

(US$) VAT included

1.
“Alb-Star” shpk
2,770,587
2,770,587
2.
JV “Geci” shpk & “KAG Asphalt & Beton Co” shpk
4,504,304
4,504,304
3.
“Gjoka Konstruksion” sha
2, 584,667
2, 584,667
4.
“Gener 2” shpk
3,007,185
3,007,185
5.
“Rawafed Al-Torok Contracting Est”
2,835,000
2,835,000
6.
“Cemil Ozgur Insaat Sanayi Ve Ticaret AS”
2,474,793
2,474,793
7.
“Salillari” shpk
2,967,648
2,967,648
8.
“G.P.G. Company” shpk
2,690,974
2,690,974
9.
“PE-VLA-KU” shpk
4,164,885
4,164,885
10.
JV “Alko-Impex General Construction”& “Vega” shpk
11.
“Spiga” srl
12.
“Makimsan Asfalt Taahhut Insaat Sanayi Ve Ticaret AS”
13.
“Eurokos holding” shpk
14.
“Alb Building” shpk

 

III.  The Bidders whose Bids were rejected and the reasons therefor;

1) JV “Alko-Impex General Construction”& “Vega” shpk

ITB 18, ITB 19 Bid Security –  The criterion is not fulfilled.

The bidder has submitted a Bid Security from the Insurance Company “Atlantik” sha, which is not in compliance with the requirements.

2) “Spiga” srl

ITB 18, ITB 19 Bid Security –  The criterion is not fulfilled.

The bidder has not submitted a Bid Security.

3) “Makimsan Asfalt Taahhut Insaat Sanayi Ve Ticaret AS”

ITB 16.1.      Documents Comprising the Technical Proposal –  The criterion is not fulfilled. The submitted documents are inappropriate and incomplete, consisting in a single page or a few pages with a very poor text.  The submitted documents do not demonstrate the adequacy of the Bidders’ proposal to meet the work’s requirements and the completion time.

ITB 11.2 (h)  Additional documents. The criterion is not fulfilled. The submitted documents are inappropriate and incomplete, consisting in a single page or a few pages with a very poor text.  The submitted documents do not demonstrate the compliance of the Bidders’ proposal with the procurement documents requirement.

3.2    Average Annual Construction Turnover. The criterion is not fulfilled. The bidder has the following annual TO:

2014     12.484.562 US$

2015     4.974.554 US$

2016     14.941 US$

2017     676.975 US$

2018    10.213.825 US$

And an average TO of 3.425.749 US$.

Note: The Figures as per the submitted form 3.1 do not correspond to (i.e. are higher than) the Annual Balance Sheet (ABS), therefore, the Annual TO criteria is not fulfilled.

4)  “Eurokos holding” shpk

1.2    Conflict of Interest –  The criterion is not fulfilled. The bidder has not submitted the Letter of Bid.

1.3    Bank Eligibility –  The criterion is not fulfilled. The bidder has not submitted the Letter of Bid.

2.2    Suspension Based on Execution of Bid/Proposal Securing Declaration by the Employer –  The criterion is not fulfilled. The bidder has not submitted the Letter of Bid.

4.2 (a)           Specific Construction Experience. The criterion is not fulfilled.

The bidder has submitted the following contracts:

  1. “Wind power farm main and secondary access roads, platform foundation, landscape rehabilitation”. The contract commenced on 6/2016 and was completed on 5/2019. The value of the works is 5.445.325 US$.
  2. “Widening of the national road M9, section Sllatine – Gjurgjice, lot 1, division C”. The contract commenced on 07/2009and was completed on 05/2015. The value of the works is $ 6’316’611. The relevant amount for the considered period, i.e. for the last 5 years, starting 1st January 2014 and according the relevant share of 83.07% is 1,194,787 US$.

This Contract doesn’t fulfil the criteria due to the period of execution.

5) “Alb Building” shpk

4.2 (a)  Specific Construction Experience. The criterion is not fulfilled.

The bidder has submitted the following contracts:

  1. “Reconstruction of the road “Fushe Kruje – Thumane”. The contract commenced on 10/2012 and was completed on 5/2019. The value of the works is 5,687,492 US$.
  2. “Protection and adjustments of the down area of dam on HPP Koman” The contract commenced on 6/2016 and was completed on 1/2018. The value of the works, as JV member with 90%of share is calculated to 6,262,355.70 US$

This Contract is not considered as similar due to the different complexity, construction method, and technology. It is not a road construction work rather is about a dam protection works mainly earthworks and gabion walls.

  1. The two other submitted contracts (Contract No. 804616 Construction of Tirana Northern Boulevard and relevant civil works and Construction of Road Qukes- Qafe Plloç) have not been considered due to the fact that the Bidder is not a prime contractor of JV member, rather a sub-contractor.

4.2 (a)  Specific Construction Experience. The criterion is not fulfilled.

i.  Earthworks completed during 2016 in the volume of 106,681 m3.

ii.  Sub base and base Works: completed during 2018 in the volume of 27,442 m3

iii.  Asphalt Works: completed during 2018 in the volume of 17,068 ton

iv.  Concrete works completed during 2017 in the volume of 31,778 m3

Note: The Contracts which the Bidder is a sub-contractor have not been considered.

IV) The Bidder submitting the successful Bid: “Cemil Ozgur Insaat Sanayi Ve Ticaret AS”. Adr. AhlatibelMahallesi, Incek Mehmet Selim Kiraz Bulvarii, No. 1, Çankaya, Ankara, Turkey

V) The Contract price: 2,474,793 US$ (VAT included).

VI) The duration and summary scope of the contract: The construction period is 12 months. The Project consists of the reconstruction of the road segment Bënç – Lekdush. The alignment of the Bënç – Lekdush road lies in the south-western part of Albania, in the Kurvelesh area of Vlora district. It links one after another the villages from Bënç to Lekdush. The existing road passes on a hilly terrain and the actual road conditions are poor. There are no structures, the width of the road goes from 3 to 4 m and there are no escarpments protection. No safety measurements are present on site and the travelling speed is below 10 km/h.

The new road foresees the construction of all new structures, widening of the road body up to 6.5 m, construction of road layers including asphalts, installation of vertical and horizontal signalization. The new road will increase travelling safety and speed and reduce cost.

VII) Successful Bidder’s Beneficial Ownership Disclosure Form