Open Procurement Albania

“Sherbimi i mbikqyrjes se pubimeve me objekt: “Sistemimi dhe Asfaltimi i Rrugeve Rurale ne administrim te Bashkise Lezhe”.

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 Local Unit Lezhë
Procuring Authority / Buyer Bashkia Lezhe
Tender object “Sherbimi i mbikqyrjes se pubimeve me objekt: “Sistemimi dhe Asfaltimi i Rrugeve Rurale ne administrim te Bashkise Lezhe”.

Burimi i financimit: Buxheti i Bashkise
Reference No. REF-40902-03-12-2025
Estimated / Ceiling Value ALL without VAT 5 288 097,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 13-03-2025
Last date of Submitted Documents 25-03-2025
Tender Held Date 25-03-2025
No. of Bidders 9
Bidders 1. OE “A & E ENGINEERING sh.p.k”
2. OE “EMAR 21” Shpk
3. OE “G B Civil Engineering” Shpk
4. BOE “HYDRO-ENG CONSULTING” Shpk & “BN PROJECT” Shpk
5. OE “MCE” Shpk
6. OE “NET-GROUP” Shpk
7. BOE “Noor Engineering” Shpk & “"TAULANT" SHPK” Shpk
8. OE “NOVATECH STUDIO” Shpk
9. BOE “PRO GREEN” Shpk & “ALBGOLDING 2E” Shpk
Successful Bidder /Supplier / Provider
  • EMAR 21
  • The winning bid ALL without vat 4 523 101,00
    Bidder Announcement date 02-04-2025
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 12 Muaj nga data e nenshkrimit te marreveshjes kuader.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:
    1. OE “G B Civil Engineering” Shpk, pasi ka paraqitur oferte ekonomike nen vleren minimale te lejuar sipas përcaktimeve të bëra.
    2. Bashkimi i Operatoreve Ekonomik “HYDRO-ENG CONSULTING” Shpk & “BN PROJECT” Shpk, pasi njeri nga anetaret e BOE-se “BN PROJECT” Shpk nuk ka paraqitur formularin permbledhes te vetedeklarimit sipas shtojces 10 te miratuar ne Dokumentat Standarte te Tenderit.
    3. Bashkimi i Operatoreve Ekonomik “Noor Engineering” Shpk & “"TAULANT" SHPK” Shpk, pasi anetari i BOE-se “Noor Engineering” Shpk nuk ka paraqitur vertetim per xhiro vjetore per asnje nga vitet e kerkuara ne DST, konkretisht per vitet 2021,2022 dhe 2023.
    4. Operatori Ekonomik “NOVATECH STUDIO” Shpk, pasi nuk ploteson piken 2.3.4 ku parashikohet se Ofertuesi duhet të ketë në stafin e tij, dhe të figurojnë në liçencën e shqërisë (Drejtues teknik) përsoneli.

    *Ne pritje te perfundimit te afatit te ankimimit.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Public Announcement Bulletin Contracts signed under the Framework Agreement Qeverisja Vendore Lezhë REF-40902-03-12-2025
    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