Open Procurement Albania

Rikonstruksion i rruges se fshatit Kasaj

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 Tropojë
Procuring Authority / Buyer Bashkia Tropojë
Tender object Rikonstruksion i rruges se fshatit Kasaj
Reference No. REF-61721-03-07-2023
Estimated / Ceiling Value ALL without VAT 79 863 397,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Signed the Contract
Tender Publication Date 17-03-2023
Last date of Submitted Documents 03-04-2023
Tender Held Date 03-04-2023
No. of Bidders 7
Bidders 1.Shendelli shpk
2. BOE Vllaznimi shpk & Griald shpk
3.Rroku Guest shpk
4. ED KONSTRUKSION
5. Nika shpk
6. BOE HTSH shpk & Bajrami N
7. BOE Britani shpk & Varaku E shpk & Ndertimi
Successful Bidder /Supplier / Provider
  • NIKA SHPK
  • The winning bid ALL without vat 57 519 605,00
    Bidder Announcement date 19-04-2023
    Award and Contract Amount ALL with VAT 69023526
    Contract date 04-05-2023
    Planned Milestones of Contract / Start and End Date 12 (dymbëdhjetë) muaj kalendarik.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. BOE Britani shpk, Varaku E shpk, Ndertimi, per arsye:
    - Ne Formularin e vetedeklarimit sasite e paraqitura ne preventiv jane ndryshe nga sasite e kerkuara ne DST si dhe mugon 5 perqindeshi

    2. Shendelli shpk, per arsye:
    -Nuk ka paraqitur vertetimin e xhiros per vitin 2022
    -Nuk ka paraqitur bilancin e vitit 2022 te kerkuara ne DS
    -Ka paraqitur ne preventiv sasi qe jane ndryshe nga sasite e kerkuara tek preventivi i DST
    -Nuk ka paraqitur lejet e drejtimit C per shoferet.

    3. BOE Vllaznimi shpk & Griald shpk, per arsye:
    -Nuk ka paraqitur vertetim xhiro per tre vitet e fundit tek vllaznimi
    -Nuk ka deklaruar qe makinerite nuk jane te angazhuara ne kontrata te tjera nga Vllaznimi
    -Ka paraqitur ne preventiv sasi qe jane ndryshe nga sasite e kerkuara tek preventivi i DST

    4. Rroku Guest shpk, per arsye:
    -Nuk ka paraqitur dokumentacion per bashkim operatoresh me Rozafa shpk dhe ndarjen e perqindjes
    -Nuk ka paraqitur bilancin e vitit 2022

    5. ED KONSTRUKSION, per arsye:
    -Nuk ka paraqitur listepagesat dhe kontratat individuale diplome/ certifikate per stafin inxhinierik, afatet e kontrateve te qerase te disa makinerive te mbaruara
    -Nuk ka deklaruar disa makineri te kerkuara ne DST

    6.BOE HTSH shpk Bajrami N, per arsye:
    -Ka bashkangjitur dokumenta te operatorit tjeter p VLLAZNIMI SHPK.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for NIKA SHPK viti 2012-2013
    Monitor treasury transaction for NIKA SHPK viti 2014
    Monitor treasury transaction for NIKA SHPK viti 2015-2018
    Monitor treasury transaction for NIKA 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. 45 datë 22 Maj 2023
    Planpiketimi i Rruges
    Profilet Terthore
    Profilet Terthore TIP
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Grafiku i Punimeve
    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