Open Procurement Albania

”Sistemim asfaltim i rruges Çerenec-Viçisht, NjA, Gjorice”

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 Bulqizë
Procuring Authority / Buyer Bashkia Bulqize
Tender object ”Sistemim asfaltim i rruges Çerenec-Viçisht, NjA, Gjorice”

Burimi i financimit: Buxhet i shtetit+ te ardhura
Reference No. REF-41531-03-18-2025
Estimated / Ceiling Value ALL without VAT 105 827 298,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 19-03-2025
Last date of Submitted Documents 03-04-2025
Tender Held Date 03-04-2025
No. of Bidders 19
Bidders 1. UDHA
2. STERKAJ
3. BOE Shendelli dhe EGLAND
4. BOE Progres Shkodra, BEQIRI dhe “SHIJAKU”
5. NDREGJONI
6.ALKO IMPEX CONSTRUCTION
7.KUPA
8.ASI-2A CO
9. L.T.E CONSTRUCTION
10.LIS KONSTRUKSION
11.SELAMI , APIS CONSTRUCTION dhe ILIRIA/D
12. S.M.O UNION
13.BE – IS SH.P.K
14. ERGI
15. MELA
16. DESARET COMPANY dhe R/S/M CONSTRUCTION
17. K A C D E D J A
18. ALMO KONSTRUKSION
19. BAMI HOLDING
Successful Bidder /Supplier / Provider
  • MELA
  • The winning bid ALL without vat 74 837 616,00
    Bidder Announcement date 02-05-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 80 dite
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:
    1. STERKAJ, pasi nuk ka paraqitur formularin permbledhes se vetedeklarimit dhe nuk ka paraqitur as oferte.
    2. BOE Shendelli dhe EGLAND, pasi nuk ploteson kriterin 2.3.10 shkronja f) dhe kriterin 2.3.11 - Faza: Kriter i pergjithshem.
    3. ASI-2A CO, pasi nuk ploteson kriterin 2.3.1 sipas DST. Punet e ngjashme te paraqitura nga operatori ekonomik , te vleresuara si te vlefshme nuk e plotesojne kriterin 2.3.1 a ose b.
    4 L.T.E CONSTRUCTION, pasi oferta eshte anomalisht e ulet.
    5. LIS KONSTRUKSION dhe “M U R A T I”, pasi nuk ploteson kriterin 2.3.1 sipas DST-së. Pune te ngjashme te paraqitura nga operatori ekonomik te vleresuare si te vlefshme nuk plotesojne kriterin 2.3.1 a) ose b).
    6. S.M.O UNION, pasi nuk ka paraqitur Formularin Permbledhes te Vetedeklarimit.
    7. ERGI, pasi Nuk ploteson kriterin 2.3.1 sipas DST-së. Pune te ngjashme te paraqitura nga operatori ekonomik te vleresuare si te vlefshme nuk plotesojne kriterin 2.3.1 a) ose b).
    8. K A C D E D J A, pasi nuk ploteson kriterin 2.3.9 sipas DST-se. Operatori ekonomik nuk ka deklaruar inxhinierin e ndertimit profili transport.

    Ne perfundim te afateve te ankimimit per kete procedure prokurimi nuk ka pasur ankesa.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for MELA viti 2012-2013
    Monitor treasury transaction for MELA viti 2014
    Monitor treasury transaction for MELA viti 2015-2018
    Monitor treasury transaction for MELA 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"
    - Grafik Punimesh
    - Formular "I njoftimit të fituesit, në përfundim të afateve të ankimit"
    Project

    Privacy Policy

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