Open Procurement Albania

Loti III: “Mbikqyrja e punimeve për objektin: “Rikualifikimi i bllokut dhe degëzimeve për rrugët: “Nikoll Mekjashi”-“Shyqyri Basha”-“Kostandin Shpataraku”-“Minella Karajani”-“Bajazit Shehu”

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: “Rikualifikimi i bllokut dhe degëzimeve për rrugët: “Nikoll Mekjashi”-“Shyqyri Basha”-“Kostandin Shpataraku”-“Minella Karajani”-“Bajazit Shehu”
Reference No. REF-55512-12-29-2022
Estimated / Ceiling Value ALL without VAT 938 036,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 30-12-2022
Last date of Submitted Documents 10-01-2023
Tender Held Date 10-01-2023
No. of Bidders 5
Bidders 1. “INSTITUTI DEKLIADA – ALB”shpk.
2. BOE “NOVATECH STUDIO” &”MIKI CONSULTING” shpk
3. BOE “ZENIT&CO” & “FTA Studio” shpk
4. “C.E.C Group”shpk.
5. “A&E Engineering sh.p.k”
Successful Bidder /Supplier / Provider
  • C.E.C GROUP SHPK
  • The winning bid ALL without vat 872 374,00
    Bidder Announcement date 03-02-2023
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 5 (pese) muaj kalendarike
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa

    Jane skualifikuar operatoret ekonomike te meposhtem:
    1. 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

    2. BOE Novatech Studio dhe Miki Consulting shpk, per arsye:
    -Nuk ka paraqitur oferten ekonomike ne perputhje me kerkesat e Dokumenteve Standarte te Tenderit, 3. BOE ZENIT dhe CO FTA Studio 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
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for C.E.C GROUP SHPK viti 2012-2013
    Monitor treasury transaction for C.E.C GROUP SHPK viti 2014
    Monitor treasury transaction for C.E.C GROUP SHPK viti 2015-2018
    Monitor treasury transaction for C.E.C GROUP SHPK viti 2019-2020
  • 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