Open Procurement Albania

Mbikqyrje rikonstruksioni i qendrës kulturore të fëmijeve, Durres

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 Durrës
Procuring Authority / Buyer Bashkia Durrës
Tender object Mbikqyrje rikonstruksioni i qendrës kulturore të fëmijeve, Durres
Reference No. REF-61960-03-09-2023
Estimated / Ceiling Value ALL without VAT 1 267 435,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Signed the Contract
Tender Publication Date 10-03-2023
Last date of Submitted Documents 20-03-2023
Tender Held Date 20-03-2023
No. of Bidders 8
Bidders 1. ENGINEERING CONSULTING GROUP
2. HYDRO-ENG CONSULTING
3. DAAM & NET-GROUP
4. BERSANT YLLI & MAGNA CHARTA
5. NOVATECH STUDIO
6. TAULANT
7. TOWER
8. GB CIVIL ENGINEERING
Successful Bidder /Supplier / Provider
  • TAULANT SHPK
  • The winning bid ALL without vat 1 114 577,00
    Bidder Announcement date 30-03-2023
    Award and Contract Amount ALL with VAT 1337493
    Contract date 25-04-2023
    Planned Milestones of Contract / Start and End Date 120 dite
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. ENGINEERING CONSULTING GROUP, per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.

    2. HYDRO-ENG CONSULTING, per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.

    3. DAAM dhe NET-GROUP, per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.

    4. BERSANT YLLI dhe MAGNA CHARTA, per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.

    5.NOVATECH STUDIO, per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.

    6. GB CIVIL ENGINEERING,per arsye:
    -Ka paraqitur oferte ekonomike nen vleren minimale te përllogaritur nga Autoriteti Kontraktor.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for TAULANT SHPK viti 2012-2013
    Monitor treasury transaction for TAULANT SHPK viti 2014
    Monitor treasury transaction for TAULANT SHPK viti 2015-2018
    Monitor treasury transaction for TAULANT SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Buletini Nr. 39 datë 2 Maj 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