Open Procurement Albania

Ndërtim Rruga "BETIM MUÇO”

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 the lowest value bid
  • Disqualification of all competitive operators except the winner/ Disqualification of the lowest value bid

Procuring Authority / Buyer Local Unit Kamëz
Procuring Authority / Buyer Bashkia Kamez
Tender object Ndërtim Rruga "BETIM MUÇO”
Reference No. REF-15009-07-31-2024
Estimated / Ceiling Value ALL without VAT 73 872 155,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Re-Proclaimed and Announced the Winner
Tender Publication Date 01-08-2024
Last date of Submitted Documents 16-08-2024
Tender Held Date 16-08-2024
No. of Bidders 9
Bidders 1. Shendelli
2. BRITANIA
3. ASI-2A CO
4. JODY-KOMPANY
5. NDERTIMI shpk
6. "METEO" SH.p.k
7. BEQIRI
8. TOTILA
9. SHPRESA - AL
Successful Bidder /Supplier / Provider
  • SHENDELLI SHPK
  • The winning bid ALL without vat 68 472 737,00
    Bidder Announcement date 04-09-2024
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 88(tetëdhjetë e tetë) dite pune
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomik e meposhtem:
    1. BRITANIA, per arsye:
    -Nuk ka deklaruar asnje Teknik ndertimi dhe Teknik topograf
    -Nuk ka deklaruar mjetet vinc me kapacitet ngrites 3.5 ton dhe rrul per bankinat,
    -Ka deklaruar vetem 1 rrul per ngjeshje shtresash
    -Ka deklaruar vetem 1 eskavator me targa
    - Nuk ka deklaruar asnje minieskavator me zinxhir gome, grejder, asfaltoshtruese, autobitumatrice, autoboot uji, autobetoniere etj.
    -Nuk ka deklaruar se disponon autorizim ose kontrate per prodhim bordure betoni dhe per materialet elektrike

    2. BEQIRI, per arsye:
    -Nuk ka depozituar sigurimin e ofertes

    3. NDERTIMI shpk, per arsye:
    -Nuk ka dorezuar sigurimin e ofertes

    4. JODY-KOMPANY, per arsye:
    -Nuk ka deklaruar asnje inxhiner hidroteknik,gjeodet dhe Teknik topograf.
    -Nuk ka deklaruar asnje elektricist, hekurkthyes
    -Nuk ka deklaruar asnje kamion veteshkarkues me kapacitet 10-13 ton, asnje rrul per ngjeshje asfalti, rrul per bankinat 1ton, eskavator me zinxhir+ cekic, dumper me goma (me targe), bulldozer, matrapik, betonforma, tokmak per ngjeshje dheu (kompatator), vibrator betoni etj.
    -Ka deklaruar vetem 1 autobetoniere
    -Nuk ka deklaruar autorizim ose kontrate per prodhim bordure betoni dhe per materialet elektrike
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for SHENDELLI SHPK viti 2012-2013
    Monitor treasury transaction for SHENDELLI SHPK viti 2014
    Monitor treasury transaction for SHENDELLI SHPK viti 2015-2018
    Monitor treasury transaction for SHENDELLI SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Constructive Report
    Preventiv
    Bidder Announcement
    Signing of the Contract
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Grafiku i Punimeve
    Formular i Njoftimit te Fituesit Paraprak
    Formular i Njoftimit te Fituesit Pas afatit te Ankimimit
    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