Open Procurement Albania

Rikonstruksioni i shkollës 9-vjeçare “Refat Keli”

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 Poliçan
Procuring Authority / Buyer Bashkia Polican
Tender object Rikonstruksioni i shkollës 9-vjeçare “Refat Keli”.
Burimi i Financimit: Buxheti i Shtetit(FZHR) dhe Buxheti i Bashkisë Poliçan.
Reference No. REF-76246-06-25-2018
Estimated / Ceiling Value ALL without VAT 37 077 693,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 26-06-2018
Last date of Submitted Documents 26-07-2018
Tender Held Date 26-07-2018
No. of Bidders 7
Bidders JOGI SHPK & NGRACAN 1934 SHPK
COLOMBO SHPK SHPK
EDONIK KONSTRUKSION SHPK & AURORA KONSTRUKSION SHPK SHPK
TOTILA SHPK & MUCO 2006 SHPK SHPK
NG STRUCTURES SHPK
HALILI SHPK
ELDA-VL SHPK
Successful Bidder /Supplier / Provider
  • NG STRUCTURES
  • The winning bid ALL without vat 37 072 465,00
    Bidder Announcement date 17-08-2018
    Award and Contract Amount ALL with VAT 44486958
    Contract date 22-08-2018
    Planned Milestones of Contract / Start and End Date 90 ditë
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Janë skualifikuar ofertuesit e mëposhtëm:
    1. Bashkimi i Operatori ekonomik JOGI shpk & E NGRACAN 1934 shpk, Vlera: 28,407,779 leke
    Nuk plotesojn kriterin teknik pika 2.3.5 germa a) mbi disponimin e makinerive dhe pajisjeve.
    2. Operatori ekonomik Halili Shpk, Vlera: 37,076,383 leke
    Nuk ploteson kriterin e pergjithshem dhe te vecante , pikat 1,2 pikat 2.3.1 ; ,2.3.2;2.3. 4; 2.3.5, 2.3.7; 2.3.8 pasi nuk disponon bilancin e vitit 2017, kategorit e licensave NS 14 dhe NS 18; nuk disponin stafin teknik ing elektrik, gjeodet dhe arkitekt ; pune e ngjashme , makinerit dhe nuk ka ngarkuar shtojcat .
    3. Operatori ekonomik Elda Vl Shpk,
    Nuk ploteson kriterin e pergjithshem dhe te vecante ligjor, ekonomik dhe teknik pasi nuk ka ngarkuar dokument pervec ekstratit te QKB si dhe nuk ka ngarkuar oferte ekonomike . Shpk
    4. Bashkimi i Operatorit ekonomik TOTILA SHPK &MUCO 2006 SHPK, Vlera: 36,330,316 leke
    Nuk plotesojne kriterin teknik pika 2.3.5 germa a) mbi disponimin e makinerive dhe pajisjeve.
    5. Operatori ekonomik COLOMBO Shpk, Vlera 29,781,973 leke
    Nuk ploteson kriterin teknik pika 2.3.5 germa a) mbi disponimin e makinerive dhe pajisjeve.
    6. Bashkimi i Operatori ekonomik EDONIL KONSTRUKSION SHPK & AURORA KONSTRUSKION SHPK, Vlera: 31,045,961.20
    Nuk ploteson kriterin teknik pika 2.3.5 germa a) mbi disponimin e makinerive dhe pajisjeve.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for NG STRUCTURES viti 2012-2013
    Monitor treasury transaction for NG STRUCTURES viti 2014
    Monitor treasury transaction for NG STRUCTURES viti 2015-2018
    Monitor treasury transaction for NG STRUCTURES viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement NR.33 - DT.20-08-2018
    Signing of the Contract Nr.34 - Dt.27-08-2018

    Privacy Policy

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