Open Procurement Albania

Ndërtim Rrugë "Azem Galica(trotuare) Rruga Baldushk Rruga "Europa"

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 Kamëz
Procuring Authority / Buyer Bashkia Kamez
Tender object Ndërtim Rrugë "Azem Galica(trotuare) Rruga Baldushk Rruga "Europa"
Reference No. REF-68677-08-13-2020
Estimated / Ceiling Value ALL without VAT 58 210 648,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 14-08-2020
Last date of Submitted Documents 14-09-2020
Tender Held Date 14-09-2020
No. of Bidders 5
Bidders “SIRETA 2F” shpk, & “EURO-ALB” shpk
“KUPA” shpk
“SHENDELLI” shpk, & “MATEO” shpk
“ALKO-IMPEX General Contrucion” shpk
“UDHA” shpk
Successful Bidder /Supplier / Provider
  • S I R E T A 2F - EURO-ALB
  • The winning bid ALL without vat 56 666 666,00
    Bidder Announcement date 29-09-2020
    Award and Contract Amount ALL with VAT 67999999
    Contract date 20-10-2020
    Planned Milestones of Contract / Start and End Date 120 ditë
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Janë Skualifikuar operatorët ekonomik:
    1. .“UDHA” shpk, për këto arsye:
    - Nuk ka paraqitur vertetim per likujdimin e taksave dhe tarifave vendore nga Autoriteti përkatës në të cilën është regjistruar sipas QKR dhe konkretisht per Bashkine Diber, Bashkine Burrel.
    - Nuk ka paraqitur pune te ngjashme te kerkuar sipas pikes 2.3.1 te Kapacitetit teknik.
    - Nuk ka paraqitur mjekun e pergjithshem.
    - Nuk ka paraqitur asnje mjet te kerkuar sipas pikes 11 DST.
    2. “SHENDELLI” shpk, & “MATEO” shpk, për këto arsye:
    - Operatori ekonomik ka paraqitur deklarate terheqje nga tenderi me date 15.09.2020, protokolluar pranë Bashkisë Kamëz me nr.7127 prot., datë 15.09.2020.
    3. ALKO-IMPEX General Contrucion” shpk, për këto arsye:
    - Nuk ka paraqitur pune te ngjashme te kerkuar sipas pikes 2.3.1 te Kapacitetit teknik.
    - Operatori ekonomik nuk ka paraqitur Çertifikate ISO si: ISO 1452-1:2019; ISO BS EN 13331-4:2002; ISO DS CET/TR 15128:2005.
    4. “KUPA” shpk, për këto arsye:
    - Mungon pika e licenses NS/20-A.
    - Nuk ka paraqitur ing.gjeolog te kerkuar ne piken 2.3.4 te Kapacitetit teknik.
    - Mungon fotoja emjeteve si: asfaltoshtruese, eskavatoreve dhe fadromave te cituara tek kontrata e shitjes me SAVINI ALBANIA shpk.
    - Nuk ka paraqitur nyjen thyerje materiale inerte, nuk ka paraqitur fabrike betoni dhe fabrike asfalti.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for S I R E T A 2F viti 2012-2013
    Monitor treasury transaction for S I R E T A 2F viti 2014
    Monitor treasury transaction for S I R E T A 2F viti 2015-2018
    Monitor treasury transaction for S I R E T A 2F viti 2019-2020

    Monitor treasury transaction for EURO-ALB viti 2012-2013
    Monitor treasury transaction for EURO-ALB viti 2014
    Monitor treasury transaction for EURO-ALB viti 2015-2018
    Monitor treasury transaction for EURO-ALB viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Nr.91 - Dt.26-10-2020

    Privacy Policy

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