Open Procurement Albania

Punime Rikonstruksioni zyrat dhe sheshi Don Bosko

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 Tiranë
Procuring Authority / Buyer ECO Tirana
Tender object Punime Rikonstruksioni zyrat dhe sheshi Don Bosko
Reference No. REF-16038-12-21-2021
Estimated / Ceiling Value ALL without VAT 66 964 620,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 22-12-2021
Last date of Submitted Documents 11-01-2022
Tender Held Date 11-01-2022
No. of Bidders 4
Bidders 1. RAFIN COMPANY & NDREGJONI SHPK
2. A.L-ASFALT SHPK & HTM SHPK
3. ALTEC SHPK
4. SH T A T O R 90
Successful Bidder /Supplier / Provider
  • A.L-ASFALT SHPK - HTM SHPK
  • The winning bid ALL without vat 66 198 080,00
    Bidder Announcement date 04-03-2022
    Award and Contract Amount ALL with VAT 79437696
    Contract date 22-04-2022
    Planned Milestones of Contract / Start and End Date 12 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Janë skualifikuar operatorët ekonomik:
    1. ALTEC SHPK, për këto arsye:
    - BOE Rafin Company dhe Ndregjoni nuk plotesojne kriterin 2.3.5.3 , ne formularin e vetedeklarimit e paraqitur nga te dy kompanite , nuk jane paraqitur 5 (pese) punonjës te mjeteve të rënda (Manovratore), por ne formularin e vetedeklarimit te shoqerise Rafin Company jane deklaruar vetem 4 punonjes te mjeteve te renda (Manovratore) , dhe asnje punonjes i mjeteve te renda (Manovratore) ne formularin e vetedeklarimit tte shoqerise Ndergjoni
    - BOE Rafin Company dhe Ndregjoni nuk plotesojne kriterin 2.3.5.3 , ne formularin e vetedeklarimit paraqitur nga te dy kompanite asnje punonjes i çertifikuar per punime ne lartesi (D.P.I. Renia nga lartesite ose ekuivalent) nga organe te pavarura te njohura nga sistemet e standartizimit kombetar ose nderkombetar, nuk eshte inxhinier ndertimi , i kerkuar ne DST
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for A.L-ASFALT SHPK viti 2012-2013
    Monitor treasury transaction for A.L-ASFALT SHPK viti 2014
    Monitor treasury transaction for A.L-ASFALT SHPK viti 2015-2018
    Monitor treasury transaction for A.L-ASFALT SHPK viti 2019-2020

  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 59 datë 9 Maj 2022

    Privacy Policy

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