Open Procurement Albania

Zhbllokimi i shkarkuesve dhe kanal ujëmbledhës

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 Maliq
Procuring Authority / Buyer Bashkia Maliq
Tender object Zhbllokimi i shkarkuesve dhe kanal ujëmbledhës
Reference No. REF-72269-06-13-2023
Estimated / Ceiling Value ALL without VAT 46 690 966,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 14-06-2023
Last date of Submitted Documents 30-06-2023
Tender Held Date 30-06-2023
No. of Bidders 5
Bidders 1. BOE “INA” shpk & “2N” shpk
2. “NIKA” shpk
3. “ARTYKA II” shpk
4. “COLOMBO” shpk + “Rroku Guest” shpk
5. “ED KONSTRUKSION ” shpk + Mbështetës & “O.B Konstruksion”shpk
Successful Bidder /Supplier / Provider
  • Artyka II SHPK
  • The winning bid ALL without vat 41 991 837,00
    Bidder Announcement date 21-07-2023
    Award and Contract Amount ALL with VAT 50390204
    Contract date 28-08-2023
    Planned Milestones of Contract / Start and End Date 9 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. INA, per arsye:
    -Nuk ploteson piken 2.3 per pune te ngjashme , pasi zerat e preventivit ne proceduren e realizuar nga operatori Rikonstruksion i rruges Shen Mehill nuk perputhen me zerat ne preventivin e procedures Zhbllokim i shkarkuesve dhe kanal ujembledhes
    -Nuk ploteson piken 2.3.4,, pasi nuk ka deklaruar mungon nje inxhinier ndertimi si staf mbeshtetes per realizimin e punimeve.
    -Ka deklaruar Ing Ferdinand Çaushi si inxhinier Gjeolog ,i pajisur me certifikate trajnimi per Pergjegjes per sigurine dhe mbrojtjen e shendetit ne Pune, por nuk eshte pjese e stafit mbeshtetes te kerkuar ne DST.

    2. NIKA, per arsye:
    -Ne formularin e shtojces 8 nuk ka deklaruar se njeri nga inxhinieret e percaktuar ne stafin mbeshtetes disponon certifikate trajnimi per Pergjegjes per sigurine dhe mbrojtjen e shendetit ne Pune

    3. BOE COLOMBO shpk dhe Rroku Guest shpk, per arsye:
    -Nuk ka deklaruar se disponon mjetin Tokmak elektrik i nevojshem

    4. ED KONSTRUKSION shpk me Mbeshtetes O.B Konstruksion, per arsye:
    -Nuk ploteson piken 2.3 per pune te ngjashme , pasi zerat e preventivit ne proceduren e realizuar nga operatori Rikonstruksion i rruges Koli Marku nuk perputhen me zerat ne preventivin e procedures Zhbllokim i shkarkuesve dhe kanal ujembledhes
    -Nuk ploteson piken 2.3.4,pasi nuk ka deklaruarmungon nje inxhinier ndertimi si staf mbeshtetes per realizimin e punimeve te kesaj procedure.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for Artyka II SHPK viti 2012-2013
    Monitor treasury transaction for Artyka II SHPK viti 2014
    Monitor treasury transaction for Artyka II SHPK viti 2015-2018
    Monitor treasury transaction for Artyka II SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Constructive Report
    Bidder Announcement
    Signing of the Contract Buletini Nr. 75 datë 4 Shtator 2023
    Profilat Terthore
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Grafiku i Punimeve
    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