Open Procurement Albania

Sistemim asfaltim i rruges "Qender-Hajmel-Naraç

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 Vau i Dejës
Procuring Authority / Buyer Bashkia Vau Dejes
Tender object Sistemim asfaltim i rruges "Qender-Hajmel-Naraç
Reference No. REF-06602-02-05-2019
Estimated / Ceiling Value ALL without VAT 31 666 666,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 06-02-2019
Last date of Submitted Documents 08-03-2019
Tender Held Date 08-03-2019
No. of Bidders 9
Bidders COMPANY RIVIERA 2008 SHPK
SHKELQIMI 07 SHPK
SIRETA 2F SHPK
SMO VATAKSI SHPK & SMO UNION SHPK
LIQENI VII SHPK
ALBTIEFBAU SHPK
STERKAJ SHPK
SHPRESA-AL SHPK
KEVIN CONSTRUCTION SHPK
Successful Bidder /Supplier / Provider
  • ALB TIEFBAU SHPK
  • The winning bid ALL without vat 29 128 815,00
    Bidder Announcement date 29-03-2019
    Award and Contract Amount ALL with VAT 34954578
    Contract date 10-04-2019
    Planned Milestones of Contract / Start and End Date 25 ditë
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Eshtë Skualifikuar operatori ekonomik :

    1. OPERATORI EKONOMIK : “ COMPANY RIVIERA 2008”:
    • Operatori ekonomik eshte terhequr nga kjo procedure prokurimi, dokumentuar kjo me shkresen nr. 35 prot, date 15.03.2019 .

    2. “ SHKELQIMI 07”shpk :
    • Nuk plotëson kushtin 2.2. Per Kapacitetin teknik, Pika 2.
    • Nuk plotëson kushtin 2.3 Për kapacitetin teknik. Pika 3.
    • Nuk plotëson kushtin 2.3 Për kapacitetin teknik. Pika 5.

    3. “ SIRETA 2F” shpk :
    Nuk ka paraqitur dokumentet e kërkuara sipas përcaktimeve te Dokumenteve Standarte të Tenderit.

    4. “ SMO VATAKSI “ shpk dhe “ SMO UNION”, shpk :
    • Nuk plotëson kushtin 2.2. Per Kapacitetin teknik, Pika 4.
    • Nuk plotëson kushtin 2.2. Per Kapacitetin teknik, Pika 5.

    5. “ LIQENI VII”, shpk :
    • Nuk plotëson kushtin 2.2. Per Kapacitetin teknik, Pika 4.
    • Nuk plotëson kushtin 2.2. Per Kapacitetin teknik, Pika 5.

    6. “STERKAJ “, shpk :
    Nuk ka paraqitur dokumentet e kërkuara sipas përcaktimeve te Dokumenteve Standarte të Tenderit.

    7. “KEVIN CONSTRUCTION” shpk :
    Nuk ka paraqitur dokumentet e kërkuara sipas përcaktimeve te Dokumenteve Standarte të Tenderit.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for ALB TIEFBAU SHPK viti 2012-2013
    Monitor treasury transaction for ALB TIEFBAU SHPK viti 2014
    Monitor treasury transaction for ALB TIEFBAU SHPK viti 2015-2018
    Monitor treasury transaction for ALB TIEFBAU SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Constructive Report
    Preventiv
    Bidder Announcement
    Signing of the Contract Nr.15 - Dt.15-04-2019
    Project

    Privacy Policy

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