Open Procurement Albania

Riparim me asfalt rrugë të brendshme (riveshje me asfalt)

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 Malësi e Madhe
Procuring Authority / Buyer Bashkia Malesi e Madhe
Tender object Riparim me asfalt rrugë të brendshme (riveshje me asfalt)
Reference No. REF-66053-04-13-2023
Estimated / Ceiling Value ALL without VAT 16 351 499,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 20-04-2023
Last date of Submitted Documents 05-05-2023
Tender Held Date 05-05-2023
No. of Bidders 6
Bidders 1. BOE PROGRES SHKODRA & SMO UNION,
2. NDERTUESI 2000
3. CURRI shpk,
4. KUPA shpk
5. RROKU GUEST shpk
6. STERKAJ shpk
Successful Bidder /Supplier / Provider
  • CURRI SHPK
  • The winning bid ALL without vat 15 183 437
    Bidder Announcement date 07-09-2023
    Award and Contract Amount ALL with VAT 18220125
    Contract date 22-09-2023
    Planned Milestones of Contract / Start and End Date 60 dite
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. BOE PROGRES SHKODRA dhe SMO UNION, per arsye:
    - Shpjegimi narrativ i paraqitur per argumentimin e ofertes anomalisht te ulet, nuk perben prova te mjaftueshme ne funksion te argumentimit
    - Argumentimi i dhene nga ofertuesi ne rastin konkret ne formen e “Deklarates” nuk krijon bindjen se kjo oferte eshte e rregullt ne te gjitha elementet e saj, me qellim garantimin e nje kontrate te suksesshme.
    - Analizat teknike te çmimeve mungojne per disa zera punimesh.
    - Per nje pjese te analizave teknike te çmimeve te paraqitura jane bere ndryshime ne sasi te analizat teknike te çmimeve ne kundershtim me Vendimin e Keshillit te Ministrave nr. 629, date 15.7.2015
    - Per analizat teknike te çmimeve te paraqitura nuk eshte respektuar Vendimi i Keshillit te Ministrave nr. 113, date 01.03.2023 - Nuk ka paraqitur fatura per mallrat pjese e analizave te cilat kane çmime shume te uleta krahasuar me manualin.

    NDERTUESI 2000 shpk, per arsye:
    - Ka paraqitur shpjegimi narrativ per argumentimin e ofertes anomalisht te ulet, por nuk perben prova te mjaftueshme
    - Ka argumentuar ne formen e Deklarates, por nuk krijon bindjen se kjo oferte eshte e rregullt ne te gjitha elementet e saj,
    - Ka paraqitur nje pjese te analizave teknike te cmimeve me ndryshime ne sasi te analizat teknike te cmimeve
    - Nuk ka paraqitur fatura per mallrat pjese e analizave
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for CURRI SHPK viti 2012-2013
    Monitor treasury transaction for CURRI SHPK viti 2014
    Monitor treasury transaction for CURRI SHPK viti 2015-2018
    Monitor treasury transaction for CURRI SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Technical Report
    Preventiv
    Bidder Announcement
    Signing of the Contract Buletini Nr. 82 datë 2 Tetor 2023
    Planimetria
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    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