Open Procurement Albania

“Rikualifikimi i bllokut të banimit në rrugët “Konçita Konomi”, “Tahsim Hoshafi”, “Ibrahim Pashë Vlora”

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 “Rikualifikimi i bllokut të banimit në rrugët “Konçita Konomi”, “Tahsim Hoshafi”, “Ibrahim Pashë Vlora”
Burimi i financimit: me burim financimi të ardhurat e Bashkisë Tiranë për vitin 2025
Reference No. REF-55904-07-22-2025
Estimated / Ceiling Value ALL without VAT 69 993 773,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 23-07-2025
Last date of Submitted Documents 08-08-2025
Tender Held Date 08-08-2025
No. of Bidders 14
Bidders 1. “2 N” sh.p.k & “BONUS” sh.p.k
2. “NDERTIMI” sh.p.k
3. “MF INVEST GROUP”sh.p.k & “MANE/S” sh.p.k
4. “BE – IS SH.P.K”
5. “LIQENI VII” sh.p.k & "IDEAL CONSTRUCTION AND
6. “Caushi M” sh.p.k
7. “INERTI” sh.p.k
8. “RSM COMPANY” sh.p.k
9. “KLAJGER KONSTRUKSION” sh.p.k
10. “SENKA” sh.p.k
11. “DESARET COMPANY” sh.p.k
12. “INA” sh.p.k
13. “AGI CONS” sh.p.k
14. “CURRI” sh.p.k
Successful Bidder /Supplier / Provider
  • MF INVEST GROUP - MANE/S
  • The winning bid ALL without vat 45 490 504,00
    Bidder Announcement date 01-09-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 7 Muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:

    1. Bashkimi i Operatorëve Ekonomik “2 N” sh.p.k & “BONUS” sh.p.k L31615017L & K72412009E Operatori ekonomik “BONUS” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Ekonomik dhe Financiar, pika 2.2.1.

    2. Operatori Ekonomik “NDERTIMI” sh.p.k K11325002C Operatori ekonomik “NDERTIMI” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 3.

    3. Operatori Ekonomik “RSM COMPANY” sh.p.k 810802422 Operatori ekonomik “RSM COMPANY” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 3.

    4. Operatori Ekonomik “SENKA” sh.p.k J94808405Q Operatori ekonomik “SENKA” shpk nuk permbush Kriteret e Vecanta te Kualifikimit, Kapaciteti Teknik, pika 8

    5. Operatori Ekonomik “DESARET COMPANY” sh.p.k K01816001J Operatori ekonomik “DESARET COMPANY” Shpk nuk permbush kerkesat e pikes 2.3 te Kritereve te Vecanta te Kualifikimit, Kapacitetit Teknik.

    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for MANE/S viti 2012-2013
    Monitor treasury transaction for MANE/S viti 2014
    Monitor treasury transaction for MANE/S viti 2015-2018
    Monitor treasury transaction for MANE/S viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Technical Specification
    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