Open Procurement Albania

Loti III: “Mbikqyrja e punimeve për objektin: “Rruga e Malësorëve”

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 III: “Mbikqyrja e punimeve për objektin: “Rruga e Malësorëve”
Reference No. REF-55482-12-29-2022
Estimated / Ceiling Value ALL without VAT 638 117,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 30-12-202
Last date of Submitted Documents 13-01-2023
Tender Held Date 13-01-2023
No. of Bidders 7
Bidders 1. BOE “ZENIT&CO” sh.p.k. & “FTA Studio” sh.p.k.
2. BOE “NOVATECH STUDIO” sh.p.k. & “PROJECT DALUZ 2019” sh.p.k.
3. BOE “SPAHERA” sh.p.k. & “ARCHISPACE” sh.p.k.
4. “INSTITUTI DEKLIADA - ALB” sh.p.k.
5. “NET-GROUP” sh.p.k.
6. “C.E.C GROUP” sh.p.k.
7. “A & E ENGINEERING” sh.p.
Successful Bidder /Supplier / Provider
  • NET-GROUP
  • The winning bid ALL without vat 553 793,00
    Bidder Announcement date 03-02-2023
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 5 (pesë) muaj kalendarike
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. BOE ZENIT CO shpk dhe FTA STUDIO shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta per kualifkim, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi

    2. BOE NOVATECH STUDIO dhe PROJECT DALUZ 2019 shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta per kualifkim, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi

    3. BOE SPAHERA sh.p.k. dhe ARCHISPACE sh.p.k, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta per kualifkim, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi

    4. INSTITUTI DEKLIADA ALB shpk, per arsye:
    -Nuk permbush kerkesat per kualifikim te percaktuara ne shtojca 8, Kriteret e Pergjithshme dhe te Vecanta per kualifkim, pasi vlera e ofertes eshte me e ulet se vlera minimale e perllogaritur per kete procedure prokurimi
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • 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"

    Privacy Policy

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