Open Procurement Albania

Rikonstruksion i rrjetit te linjes se furnizimit te ujesjellesit nga Impianti i Bovilles - Depo Maloku, Bashkia Kamez

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 Ujesjelles-Kanalizime Kamez Sh.a
Tender object Rikonstruksion i rrjetit te linjes se furnizimit te ujesjellesit nga Impianti i Bovilles - Depo Maloku, Bashkia Kamez
Reference No. REF-07666-05-31-2024
Estimated / Ceiling Value ALL without VAT 63 014 765,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 03-06-2024
Last date of Submitted Documents 18-06-2024
Tender Held Date 18-06-2024
No. of Bidders 10
Bidders 1. ALMO KONSTRUKSION shpk
2. “BE - IS SH.P.K shpk
3. BOE “BRITANIA” shpk & “SHPRESA-AL” shpk
4. BOE DESARET COMPANY shpk & AURORA KONSTRUKSION shpk
5. K A C D E D J A shpk
6. LIQENI VII shpk
7. L.T.E CONSTRUCTION shpk
8. NG STRUCTURES shpk
9. NIKA shpk
10. Shendelli shpk
Successful Bidder /Supplier / Provider
  • NG STRUCTURES
  • The winning bid ALL without vat 50 819 479,00
    Bidder Announcement date 11-07-2024
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 4 (katër) muaj nga data e dorëzimit të sheshit të ndërtimit.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Jane skualifikuar operatoret ekonomike e meposhtem:
    1. BOE DESARET COMPANY shpk & AURORA KONSTRUKSION shpk, per arsye:
    -Nuk ka permbushur kriterin 2.2.3, pasi nuk ka paraqitur vertetim se ka paguar taksat vendore te vitit 2023
    -Nuk ka paraqitur Çertifikata ISO 9001
    -Ka paraqitur kontrate te ngjashme pune, por nuk ka paraqitur kontrata e bashkepunimit midis operatoreve .

    2. ALMO KONSTRUKSION shpk, per arsye:
    -Nuk ka paraqitur autorizimi/marreveshja qe tregon lidhjen midis distributorit dhe prodhuesit.
    -Nuk ka paraqitur katalogun/fragmente te katalogut qe te tregoje dhe te specifikoje mallin
    -Nuk ka paraqitur Çertifikata ISO 9001

    3. NIKA shpk, per arsye:
    -Nuk ka deklaruar ne Formularin e vetedeklarimit disponimin e paisjes “Paisje elektronike per matjen e presionit te uji”.
    -Nuk ka paraqitur kontratat e ngjashme te punes

    4. K A C D E D J A shpk, per arsye:
    -Nuk ka paraqitur kontratat e ngjashme te punes

    5. Shendelli shpk, per arsye:
    -Nuk ka deklaruar ne formularin e vetedeklarimit qe ka shlyer taksat vendore per vitin 2023
    -Nuk ka paraqitur si dokument Liçensen profesionale

    6. L.T.E CONSTRUCTION shpk, per arsye:
    -Nuk ka paraqitur Çertifikata ISO 9001

    7. BOE “BRITANIA” shpk & “SHPRESA-AL” shpk, per arsye:
    Nuk ka plotesuar 50 perqind të kërkesave të përcaktuara nga autoriteti kontraktor.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for NG STRUCTURES viti 2012-2013
    Monitor treasury transaction for NG STRUCTURES viti 2014
    Monitor treasury transaction for NG STRUCTURES viti 2015-2018
    Monitor treasury transaction for NG STRUCTURES viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Technical Report
    Preventiv
    Bidder Announcement
    Signing of the Contract
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Grafiku
    Formular i Njoftimit te Fituesit Paraprak

    Privacy Policy

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