Open Procurement Albania

Supervizion punimesh per objektin: “Ndertimi i Ujesjellesave per fshatrat Fushebardhe - Zhulat, Bashkia Gjirokaster”

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 Gjirokastër
Procuring Authority / Buyer Shoqëria Rajonale Ujësjellës Kanalizime Gjirokastër SH.A
Tender object Supervizion punimesh per objektin: “Ndertimi i Ujesjellesave per fshatrat Fushebardhe - Zhulat, Bashkia Gjirokaster”

Burimi i financimit: Buxheti i shtetit
Reference No. REF-41187-03-15-2025
Estimated / Ceiling Value ALL without VAT 3 332 777,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Announced the Winner
Tender Publication Date 17-03-2025
Last date of Submitted Documents 02-04-2025
Tender Held Date 02-04-2025
No. of Bidders 12
Bidders 1. Taulant shpk
2. A&E Engineering shpk
3. Bersant Ylli
4. Firmitas Studio
5. G B Civil Engineering
6. BOE HE & SK 11
7. HYDRO-ENG CONSULTING
8. Magna Charta
9. Net-Group
10. NOVATECH STUDIO
11. BOE XH & MILER shpk
12. ZENIT & CO
Successful Bidder /Supplier / Provider
  • XH & MILER
  • The winning bid ALL without vat 2 905 749,00
    Bidder Announcement date 17-04-2025
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 12 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:
    1. Bersant Ylli, pasi OE nuk ka permbushur detyrimin per te ngarkuar dokumentacionin e kerkuar ne sistemin e prokurimit elektronik, te percaktuara ne DST.
    2. Firmitas Studio, pasi OE nuk ka permbushur detyrimin per te ngarkuar dokumentacionin e kerkuar ne sistemin e prokurimit elektronik, te percaktuara ne DST.
    3. GB Civil Engineering, pasi OE ka ofertuar me pak se vlera minimale e mbikqyrjes se objektit e cila eshte llogaritur mbeshtetur ne VKM nr.354 date 11.05.2016.
    4. Net-Group, pasi OE ka ofertuar me pak se vlera minimale e mbikqyrjes se objektit e cila eshte llogaritur mbeshtetur ne VKM nr.354 date 11.05.2016.
    5. NOVATECH STUDIO, pasi OE ka ofertuar me pak se vlera minimale e mbikqyrjes se objektit e cila eshte llogaritur mbeshtetur ne VKM nr.354 date 11.05.2016.
    6. ZENIT & CO, pasi OE ka ofertuar me pak se vlera minimale e mbikqyrjes se objektit e cila eshte llogaritur mbeshtetur ne VKM nr.354 date 11.05.2016.

    *Ne pritje te perfundimit te afatit te ankimimit.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for XH & MILER viti 2012-2013
    Monitor treasury transaction for XH & MILER viti 2014
    Monitor treasury transaction for XH & MILER viti 2015-2018
    Monitor treasury transaction for XH & MILER viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    Preventiv
    Bidder Announcement
    Signing of the Contract
    - Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    - Projekti

    Privacy Policy

    Except when otherwise defined, all data & information offered in Open Procurement Albania is available under the licenses: This material is Open Data