Open Procurement Albania

Ndërtimi i rrugës Argjinatura nga Kryqëzimi i rrugës Berisha me rrugën Besëlidhje (Albavija) deri tek rruga Dajti

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 Kamëz
Tender object Ndërtimi i rrugës Argjinatura nga Kryqëzimi i rrugës Berisha me rrugën Besëlidhje (Albavija) deri tek rruga Dajti
Reference No. REF-48168-11-01-2022
Estimated / Ceiling Value ALL without VAT 54 389 491,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 02-11-2022
Last date of Submitted Documents 17-11-2022
Tender Held Date 17-11-2022
No. of Bidders 11
Bidders 1. ALMO KONSTRUKSION shpk
2. BOE NG STRUCTURES shpk & ED Konstruksion
3. EURO-ALB shpk
4. BOE KUPA shpk & UDHA
5. BOE DENIS-05 shpk & XHAST shpk
6.SIRETA 2 F
7. STERKAJ
8. NDREGJONI
9. MELA
10.Ndertimi shpk
11.Shpresa AL shpk
Successful Bidder /Supplier / Provider
  • KUPA shpk - UDHA shpk
  • The winning bid ALL without vat 46 599 600,00
    Bidder Announcement date 12-04-2023
    Award and Contract Amount ALL with VAT 55919520
    Contract date 28-04-2023
    Planned Milestones of Contract / Start and End Date 88(tetëdhjetë e pesë) ditë pune
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1.STERKAJ, per arsye:
    -Nuk ka paraqitur sigurimin e ofertes

    2. NDREGJONI, per arsye:
    -Nuk ka paraqitur sigurimin e ofertes

    3. Ndertimi shpk, per arsye:
    -Nuk ka paraqitur sigurimin e ofertes

    4. Shpresa AL shpk, per arsye:
    -Nuk ka paraqitur sigurimin e ofertes

    5. MELA, per arsye:
    -Nuk ka paraqitur kontraten me furnizuesin.
    -Nuk ka paraqitur license III.2.B per Grumbullim dhe transportim i mbetjeve inerte dhe urbane jo te rrezikshme
    -Nuk ka paraqitur certefikaten e cilesise se punimeve te vlefshme per objektin qe prokurohet – BS ISO 39001:2012 Per sistemin e menaxhimit te sigurise ne trafikun rrugor

    6. ALMO KONSTRUKSION, per arsye:
    -Nuk ka plotesuar dokumetat e kerkuar sipas kritereve te percaktuar ne DST

    7. BOE NG STRUCTURES shpk dhe ED Konstruksion, per arsye:
    -Nuk ka paraqitur dokumentat fizike justifikuese te deklaruar sipas formularit te deklarimit

    8. EURO-ALB shpk (LIS KONSTRUKSION), per arsye:
    -Nuk ka paraqitur dokumentat fizike per te faktuar gjendjen e deshmuar ne formularin e deklarimit
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for KUPA shpk viti 2012-2013
    Monitor treasury transaction for KUPA shpk viti 2014
    Monitor treasury transaction for KUPA shpk viti 2015-2018
    Monitor treasury transaction for KUPA shpk viti 2019-2020

  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Preventiv
    Bidder Announcement
    Signing of the Contract Buletini Nr. 41 datë 8 Maj 2023
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Relacion Teknik
    Raport Vnm per Projektin
    Relacion Hidrologjik
    Grafiku i Punimeve
    Raport Topografik
    Raport Gjeologjik

    Privacy Policy

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