Open Procurement Albania

Loti I: “Mbikqyrja e punimeve për objektin: “Zgjerimi i hapësirave të varrezave publike Sharrë”.

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 Tirane
Tender object Loti I: “Mbikqyrja e punimeve për objektin: “Zgjerimi i hapësirave të varrezave publike Sharrë”.
Reference No. REF-68334-05-04-2023
Estimated / Ceiling Value ALL without VAT 287 207,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Signed the Contract
Tender Publication Date 05-05-2023
Last date of Submitted Documents 15-05-2023
Tender Held Date 15-05-2023
No. of Bidders 8
Bidders 1. “MCE” shpk
2. “BN PROJECT” shpk
3. “HYDRO-ENG CONSULTING” shpk
4. BOE “A.SH. Engineering” shpk & ERSI/M shpk
5. “NOVATECH STUDIO” shpk
6. BOE “ZENIT&CO” shpk & “Fta Studio” shpk NUIS
7. “S&L Studio” shpk
8. BOE “SPHAREA” shpk & “ARKIMADE” shpk
Successful Bidder /Supplier / Provider
  • A.SH. Engineering” shpk - ERSI/M shpk.
  • The winning bid ALL without vat 243 387,00
    Bidder Announcement date 06-06-2023
    Award and Contract Amount ALL with VAT 292065
    Contract date 11-07-2023
    Planned Milestones of Contract / Start and End Date 15 (pesëmbëdhjetë) javë 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 te meposhtem:
    1. MCE 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 per kete procedure prokurimi

    2. BN PROJECT 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 per kete procedure prokurimi

    3. HYDRO ENG CONSULTING 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 per kete procedure prokurimi
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for A.SH. Engineering” shpk viti 2012-2013
    Monitor treasury transaction for A.SH. Engineering” shpk viti 2014
    Monitor treasury transaction for A.SH. Engineering” shpk viti 2015-2018
    Monitor treasury transaction for A.SH. Engineering” shpk viti 2019-2020

    Monitor treasury transaction for ERSI/M shpk. viti 2012-2013
    Monitor treasury transaction for ERSI/M shpk. viti 2014
    Monitor treasury transaction for ERSI/M shpk. viti 2015-2018
    Monitor treasury transaction for ERSI/M shpk. viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 62 datë 17 Korrik 2023
    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