Open Procurement Albania

Loti IV Mbikqyrja e punimeve për objektin: Rikualifikim urban i bllokut kufizuar nga rrugët 3 Dëshmorët – Rexhep Shala – Joklin Persi

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 IV Mbikqyrja e punimeve për objektin: Rikualifikim urban i bllokut kufizuar nga rrugët 3 Dëshmorët – Rexhep Shala – Joklin Persi
Reference No. REF-54755-12-22-2022
Estimated / Ceiling Value ALL without VAT 1 700 341,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Signed the Contract
Tender Publication Date 23-12-2022
Last date of Submitted Documents 04-01-2023
Tender Held Date 04-01-2023
No. of Bidders 6
Bidders 1. “NET-GROUP” shpk
2. BOE “ZENIT&CO”& “FTA Studio” shpk
3. “TOWER” shpk
4. BOE “SPHAERA”&“ARCHISPACE” shpk
5. “C.E.C GROUP” shpk
6. “S&L STUDIO” shpk
Successful Bidder /Supplier / Provider
  • Tower SHPK
  • The winning bid ALL without vat 1 505 055,00
    Bidder Announcement date 27-01-2023
    Award and Contract Amount ALL with VAT 1806066
    Contract date 09-02-2023
    Planned Milestones of Contract / Start and End Date 12 (dymbëdhjetë) 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 te meposhtem:
    1. NET GROUP shpk, per arsye:
    -Nuk permbush kerkesat sipas pikas 6, neni 26, te Vendimit të Këshillit te Ministrave Nr.285, date 19.05.2021, pasi nuk ka paraqitur dokumentet provuese per vetedeklarimet e bera ne Formularin Permbledhes te Vetedeklarimit si dhe dokumentet e paraqitura ne rrugë elektronike

    2. ZENIT CO dhe FTA Studio shpk, per arsye:
    -Nuk permbush kerkesat sipas pikas 6, neni 26, te Vendimit të Këshillit te Ministrave Nr.285, date 19.05.2021, pasi nuk ka paraqitur dokumentet provuese per vetedeklarimet e bera ne Formularin Permbledhes te Vetedeklarimit si dhe dokumentet e paraqitura ne rrugë elektronike

    3. S L STUDIO shpk, per arsye:
    -Nuk permbush piken 5 te kritereve te vecanta te kualifikimit, sepse nuk deklaruar 1 (nje) punonjes te pajisur me certifikate Ekspert per ndihmen e pare dhe nderhyrjen ndaj emergjencave.
    -Nuk permbush piken 7 te kriterve te vecanta te kualifikimit ne DST, pasi nuk ka paraqitur ISO 39001 2012
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for Tower SHPK viti 2012-2013
    Monitor treasury transaction for Tower SHPK viti 2014
    Monitor treasury transaction for Tower SHPK viti 2015-2018
    Monitor treasury transaction for Tower SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 17 datë 20 Shkurt 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