Open Procurement Albania

Mbikëqyrja e punëve të objektit "Rikonstruksioni i skemave të furnizimit me ujë për fshatrat Kuç i Zi dhe Belorta, Bashkia Korçë

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 Shoqëria Rajonale Ujësjellës Kanalizime Korçë SH.A
Procuring Authority / Buyer Local Unit Korçë
Tender object Mbikëqyrja e punëve të objektit "Rikonstruksioni i skemave të furnizimit me ujë për fshatrat Kuç i Zi dhe Belorta, Bashkia Korçë
Reference No. REF-07162-05-29-2024
Estimated / Ceiling Value ALL without VAT 1 563 818,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 30-05-2024
Last date of Submitted Documents 24-04-2023
Tender Held Date 24-04-2023
No. of Bidders 6
Bidders 1. "NET-GROUP" Sh.p.k
2. "MAGNA CHARTA" Sh.p.k
3. "PROJECT DALUZ 2019" Sh.p.k
4. "HYDRO-ENG CONSULTING " Sh.p.k
5. "NOVATECH STUDIO " Sh.p.k
6. "XH & MILER" Sh.p.k
Successful Bidder /Supplier / Provider
  • XH & MILER
  • The winning bid ALL without vat 1 453 390,00
    Bidder Announcement date 21-06-2024
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 9 muaj duke filluar nga data e nënëshkrimit të kontratës.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Jane skualifikuar operatoret ekonomike e meposhtem:
    1. "NET-GROUP" Sh.p.k, per arsye:
    -Ka paraqitur tarifem më te ulët se tarifa minimale ligjore

    2. "MAGNA CHARTA" Sh.p.k, per arsye:
    -Ka paraqitur tarifem më te ulët se tarifa minimale ligjore

    3. "PROJECT DALUZ 2019" Sh.p.k, per arsye:
    -Ka paraqitur tarifem më te ulët se tarifa minimale ligjore

    4. "HYDRO-ENG CONSULTING " Sh.p.k, per arsye:
    -Ka paraqitur tarifem më te ulët se tarifa minimale ligjore

    5. "NOVATECH STUDIO " Sh.p.k, per arsye:
    -Nuk ka paraqitur çertifikatat ISO 9001 , ISO 14001 , ISO 45001 , ISO 39001
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for XH & MILER viti 2012-2013
    Monitor treasury transaction for XH & MILER viti 2014
    Monitor treasury transaction for XH & MILER viti 2015-2018
    Monitor treasury transaction for XH & MILER viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract
    Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    Formular i Njoftimit te Fituesit Paraprak

    SUPPORTERS

    Here you can have your ADVERTISEMENT

    Contact at [email protected]

    Privacy Policy

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