Open Procurement Albania

Loti I: “Mbikqyrja e punimeve për objektin: “Rikualifikimi urban i zonës informale që kufizohet nga rrugët Sabaudin Gabrani - Jonuz Rama - Hamdi Çullhaj - Damian Himarioti - Bari Ishka - Vasfi Samini - Alush Elmaz Taka”.

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 Tiranë
Procuring Authority / Buyer Bashkia Tiranë
Tender object Loti I: “Mbikqyrja e punimeve për objektin: “Rikualifikimi urban i zonës informale që kufizohet nga rrugët Sabaudin Gabrani - Jonuz Rama - Hamdi Çullhaj - Damian Himarioti - Bari Ishka - Vasfi Samini - Alush Elmaz Taka”.
Reference No. REF-89737-12-05-2023
Estimated / Ceiling Value ALL without VAT 1 043 486,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Signed the Contract
Tender Publication Date 06-11-2023
Last date of Submitted Documents 18-12-2023
Tender Held Date 18-12-2023
No. of Bidders 8
Bidders 1. “A & E ENGINEERING” shpk
2. “A.SH. Engineering” shpk
3. TOWER” shpk
4. “S&L STUDIO” shpk
5. “NET-GROUP” shpk
6. “HYDRO-ENG CONSULTING” shpk
7. “NOVATECH STUDIO” shpk
8. “INSTITUTI I KONSULENCES NE NDERTIM "IKN” shpk
Successful Bidder /Supplier / Provider
  • “INSTITUTI I KONSULENCES NE NDERTIM "IKN” shpk
  • The winning bid ALL without vat 960 864,00
    Bidder Announcement date 15-02-2024
    Award and Contract Amount ALL with VAT 1,153,016
    Contract date 18-03-2024
    Planned Milestones of Contract / Start and End Date 10 (dhjetë) muaj kalendarike duke nisur nga data e lidhjes së kontratës së sipërmarrjes për të njëjtin objekt
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike e meposhtem:
    1. A E ENGINEERING shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur

    2. A.SH. Engineering shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur

    3. TOWER shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur

    4. S L STUDIO shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur

    5. NET-GROUP shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur

    6. HYDRO-ENG CONSULTING shpk, per arsye:
    7. NOVATECH STUDIO shpk,
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 17 datë 2 Prill 2024
    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

    Privacy Policy

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