Open Procurement Albania

Road reconstruction, the promenade fragment 1 (from the small mosque to the exit way), phase III

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 Kavajë
Procuring Authority / Buyer Bashkia Kavajë
Tender object Road reconstruction, the promenade fragment 1 (from the small mosque to the exit way), phase III
Reference No.
Estimated / Ceiling Value ALL without VAT 118 341 805,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 23-11-2015
Last date of Submitted Documents 11-12-2015
Tender Held Date 11-12-2015
No. of Bidders 6
Bidders Biba-X Shpk & Gjikuria S HPK
A.N.K SHPK
ALKO-IMPEX General Construcion SHPK
BE-IS SHPK & B-93 SHPK
GPG Company SHPK
Caushi/M SHPK
Successful Bidder /Supplier / Provider
  • G.P.G.COMPANY
  • The winning bid ALL without vat 105 228 953,00
    Bidder Announcement date
    Award and Contract Amount ALL with VAT 126275000
    Contract date 01-02-2016
    Planned Milestones of Contract / Start and End Date 4 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Jane skualifikuar ofertuesit e meposhtem:
    1. Operatori A.N.K Shpk, Vlera: 101,306,474 leke pa tvsh.
    a. Ne kontraten e furnizimit me materiale elektrike furnitori nuk ka paraqitur Certifikaten iso dhe certifikaten e origjines se materialeve te kerkuara. (Pika 10 e kapacitetit teknik te DST).
    b. Ne DST kerkohet inventari I mjeteve te vitit perkates konfirmuar nga dega e tatimeve I cili mungon.
    2. Operatori Alko-Impex General Construcion Shpk, Vlera: 98,726,880 leke pa tvsh.
    a. Mungon certifikata fitosanitare dhe e origjines per pemet e kerkuara. (Pika 9 e kapacitetitteknik te DST).
    b. Ne kontraten e furnizimit me materiale elektrike elektrike nga dokumentet e paraqitura nga furnitori rezulton se eshte I pajisur me certifikaten iso 9001:2008 nderkohe ne DST kerkohet certifikata iso 50001:2011 e cila mungon. (Pika 10 e kapacitetit teknik te DST).
    c. Ne DST kerkohet inventari I mjeteve te vitit perkates konfirmuar nga dega e tatimeve I cili mungon. (Pika 6 e kapacitetit teknik te DST).
    3. Bashkimi i operatoreve ekonomike BE-IS shpk & B-93 shpk, Vlera: 92,693,704 leke pa tvsh.
    a. Ne DST kerkohet inventari I mjeteve te vitit perkates konfirmuar nga dega e tatimeve I cili mungon. (Pika 6 e kapacitetit teknik te DST).
    b. Per mjetet skrep germimi, autobitumatrice dhe grejder jane paraqitur vetem fatura tatimore ose deklaraten doganore nderkohe qe per mjetet me rrota qe shenohen ne regjistra publike duhet te paraqiten dokumente qe vertetojne regjistrimin (leje qarkullimi) certifikaten e kontrollit teknik dhe siguracionin e mjetit.
    c. Ne kontraten e furnizimin me materiale elektrike nuk eshte specifikuar objekti I kerkuar ne DST. (Pika 10 e kapacitetit teknik te DST). 4. Bashkimi i operatoreve ekonomike BIBA-X shpk & Gjikuria shpk, Vlera: 100,584,215 leke pa tvsh.
    a. Ne kontraten e furnizimit me materiale elektrike furnitori nuk ka paraqitur certifikaten e origjines se materialeve te kerkuara. (Pika 10 e kapacitetit teknik te DST).
    b. Ne DST kerkohet inventari I mjeteve te vitit perkates konfirmuar nga dega e tatimeve I cili mungon. (Pika 6 e kapacitetit teknik te DST). 100,584,215 leke pa tvsh 5. Operatori CAUSHI/M Shpk
    Nuk ka paraqitur asnje document ne faqen zyrtare te APP.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for G.P.G.COMPANY viti 2012-2013
    Monitor treasury transaction for G.P.G.COMPANY viti 2014
    Monitor treasury transaction for G.P.G.COMPANY viti 2015-2018
    Monitor treasury transaction for G.P.G.COMPANY viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement Nr.46 -Dt.23-11-2015
    Bidder Announcement Nr.3 - Dt.25-01-2016
    Signing of the Contract Nr.6 - Dt.15-02-2016

    Privacy Policy

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