Open Procurement Albania

“Qendra e monitorimit të trafikut (Faza II)”

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 Albanian Road Authority
Procuring Authority / Buyer Autoriteti Rrugor Shqiptar
Tender object “Qendra e monitorimit të trafikut (Faza II)”

Burimi i financimit: Buxheti i Shtetit
Reference No. REF-13522-07-18-2024
Estimated / Ceiling Value ALL without VAT 1 257 327 869,00
Type of Contract
Procurement Method Open Procedure above the high monetary limit
Stage Procedure Re-Proclaimed and Signed the Contract
Tender Publication Date 19-07-2024
Last date of Submitted Documents 22-08-2024
Tender Held Date 22-08-2024
No. of Bidders 3
Bidders 1. “SALILLARI” SHPK
2. BOE “GJOKA KONSTRUKSION” & “INTETRA TEKNOLOJI VE BILISIM HIZMETLERI ANONIM SIRKETI” & “MC NETWORKING”
3. “Advanced Business Solutions - ABS”
4. “GENER 2” SHPK
Successful Bidder /Supplier / Provider
  • “GJOKA KONSTRUKSION” - “INTETRA TEKNOLOJI VE BILISIM HIZMETLERI ANONIM SIRKETI” - “MC NETWORKING”
  • The winning bid ALL without vat 1 239 714 391,00
    Bidder Announcement date 11-09-2024
    Award and Contract Amount ALL with VAT 3 991 779 175
    Contract date
    Planned Milestones of Contract / Start and End Date 24 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomik e meposhtem:
    1. “SALILLARI” SHPK, per arsye:
    -Nuk ka paraqitur dëshmi për përvojën e mëparshme të ngjashme

    2. “ADVANCED BUSINESS SOLUTION - ABS” SHPK, per arsye:
    -Nuk ka paraqitur dokumentacion e plotë dhe të saktë për të dëshmuar plotësimin e të gjithë kritereve të kërkuara në DST

    3. “GENER” SHPK, per arsye:
    -Nuk ka paraqitur dëshmi për përvojën e mëparshme të ngjashme
    Cancellation reason
    Additions Operatori ekonomik “Advanced Business Solutions - ABS”, nuk ka paraqitur oferte ekonomike.
    Transaction / Actual Spending
  • Monitor treasury transaction for “GJOKA KONSTRUKSION” viti 2012-2013
    Monitor treasury transaction for “GJOKA KONSTRUKSION” viti 2014
    Monitor treasury transaction for “GJOKA KONSTRUKSION” viti 2015-2018
    Monitor treasury transaction for “GJOKA KONSTRUKSION” viti 2019-2020

    Monitor treasury transaction for “MC NETWORKING” viti 2012-2013
    Monitor treasury transaction for “MC NETWORKING” viti 2014
    Monitor treasury transaction for “MC NETWORKING” viti 2015-2018
    Monitor treasury transaction for “MC NETWORKING” viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Preventiv
    Bidder Announcement
    Signing of the Contract
    Cancellation of Procurement
    Terms of Reference
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim "
    Formular i Njoftimit te Fituesit Paraprak
    Formular i Njoftimit te Fituesit Pas afatit te Ankimimit

    SUPPORTERS

    Here you can have your ADVERTISEMENT

    Contact at info@ais.al

    Privacy Policy

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