Open Procurement Albania

Sistemim i rrugeve te brendshme 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 i rrugeve te brendshme Naraç
Reference No. REF-43645-09-28-2022
Estimated / Ceiling Value ALL without VAT 23 403 987,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 29-09-2022
Last date of Submitted Documents 14-10-2022
Tender Held Date 14-10-2022
No. of Bidders 8
Bidders 1.BEQIRI shpk
2.NIKA shpk
3.Caushi M shpk
4.K.M.K shpk
5.BOE Rroku GUEST shpk dhe ALBTIEFBAU shpk
6.SMO VATAKSI shpk
7.VARAKU E shpk
8.ALB KONSTRUKSION shpk
Successful Bidder /Supplier / Provider
  • Rroku GUEST SHPK
  • The winning bid ALL without vat 17 699 478,00
    Bidder Announcement date 18-11-2022
    Award and Contract Amount ALL with VAT 21239374
    Contract date 20-01-2023
    Planned Milestones of Contract / Start and End Date 168 dite kalendarike nga mbajtja e procesverbalit te fillimit te punimeve.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Ka pasur ankesa nga INFORMATION BUSINESS SYSTEMS IBS SHPK me objekt Shfuqizimin e vendimit te Komisionit te Vleresimit te Ofertave per skualifikimin e ofertes te paraqitur nga operatori ekonomik Rroku GUEST SHPK Komisioni vendos te korrigjoje Formularin per Publikim nr. 2614/2 prot., date 23.11.2022 Jane skualifikuar operatoret ekonomike te meposhtem:
    1. K.M.K shpk, per arsye:
    Preventivi i hedhur nga ana e operatorit nuk eshte hedhur sipas shtojces Nr 02, pra preventivi me te cilin eshte ofertuar ka sasi gabim dhe eshte deklaruar se disponon 2 shofer , nderkohe qe nga AK-ja jane kerkuar 3 shofer sipas shtojces nr 01, nuk keneshte i paraqitur listepagesa dhe vertetim te kontributeve sic eshte kerkuar ne DST.

    2.Caushi M shpk , per arsye:
    -Preventivi i hedhur nga ana e operatorit nuk eshte hedhur sipas shtojces Nr 02, pra preventivi me te cilin eshte ofertuar ka sasi gabim, nuk eshte paraqitur listepagesa dhe vertetim te kontributeve sic eshte kerkuar ne DST .

    3. VARAKU E shpk, per arsye:
    -Nuk ka deklaruar se disponon 3 shoferat , te kerkuar nga AK –ja me shtojcen nr 01 .

    4. BEQIRI shpk, per arsye:
    Nuk ka paraqitur vertetim kontributesh dhe listepagesa per 3 muajte e fundit sic eshte kerkuar ne DST.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for Rroku GUEST SHPK viti 2012-2013
    Monitor treasury transaction for Rroku GUEST SHPK viti 2014
    Monitor treasury transaction for Rroku GUEST SHPK viti 2015-2018
    Monitor treasury transaction for Rroku GUEST SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Preventiv
    Bidder Announcement
    Signing of the Contract Buletini Nr. 17 datë 20 Shkurt 2023
    Procesverbal "Për argumentimin dhe miratimin e specifikimeve teknike dhe kritereve për kualifikim"
    Grafiku i punimeve
    Formular Ankimimi Nr. 2614
    Formular vendimi Nr. 1173/2022

    Privacy Policy

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