Open Procurement Albania

Loti 1: “Pajisje për zyra”

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 Tiranë
Procuring Authority / Buyer Bashkia Tirane
Tender object Loti 1: “Pajisje për zyra”

Burimi i financimit: Vënë në dispozicion me anë të VKB-së Nr.131 dt 18.12.2024 “Për miratimin e programit buxhetor afatmesëm 2025-2027 dhe detajimin e buxhetit të Bashkisë së Tiranës për vitin 2025”
Reference No. REF-48707-05-22-2025
Estimated / Ceiling Value ALL without VAT 15 408 601,00
Type of Contract
Procurement Method Open Procedure above the high monetary limit
Stage Procedure Announced the Winner
Tender Publication Date 23-05-2025
Last date of Submitted Documents 23-06-2025
Tender Held Date 23-06-2025
No. of Bidders 9
Bidders 1.“MUCA” sh.p.k
2.“SHAGA.” sh.p.k
3.“BUNA” sh.p.k
4.“M. LEZHA” sh.p.k
5.“Albanian Furniture Office” sh.p.k
6.“ERZENI/SH” sh.p.k
7.“Ilir Kaso” PF
8.“RO -AL” sh.p.k
9.“Eduart Xhixha” PF
Successful Bidder /Supplier / Provider
  • M. LEZHA SHPK
  • The winning bid ALL without vat 10 633 000,00
    Bidder Announcement date 01-08-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 12 (dymbëdhjetë) muaj për secilin lot.
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:

    1. Operatori ekonomik “MUCA” sh.p.k NIPT: K01421002H nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.2.3,

    2. Operatori ekonomik “SHAGA.” sh.p.k NIPT:J96822229J Operatori ekonomik “SHAGA.” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.2.3.

    3. Operatori ekonomik “BUNA” sh.p.k NIPT: J61826501C Operatori ekonomik “BUNA” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.2.3

    4. Operatori ekonomik “Albanian Furniture Office” sh.p.k NIPT: M32303056L Operatori ekonomik “Albanian Furniture Office” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Ekonomik e Financiar, pika 2.2.1,

    5. Operatori ekonomik “Ilir Kaso.” PF NIPT: L62420034C Operatori ekonomik “Ilir Kaso PF nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.3.4.

    6. Operatori ekonomik “RO -AL”sh.p.k NIPT: J61811001M Operatori ekonomik “RO -AL” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.2.10.

    7. Operatori ekonomik “Eduart Xhixha” PF NIPT: L54424205B Operatori ekonomik “Eduart Xhixha” PF nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 2.2.3.

    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for M. LEZHA SHPK viti 2012-2013
    Monitor treasury transaction for M. LEZHA SHPK viti 2014
    Monitor treasury transaction for M. LEZHA SHPK viti 2015-2018
    Monitor treasury transaction for M. LEZHA SHPK 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"

    Privacy Policy

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