Open Procurement Albania

Ndërtim Rrugët Blloku Bathore 1-5

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 Kamëz
Procuring Authority / Buyer Bashkia Kamez
Tender object Ndërtim Rrugët Blloku Bathore 1-5
Burimi i financimit: Buxheti i Bashkise
Reference No. REF-56924-08-01-2025
CPV Code 45233120-6 - Punime ndërtimi për rrugë,
Estimated / Ceiling Value ALL without VAT 249 596 625,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 04-08-2025
Last date of Submitted Documents 19-08-2025
Tender Held Date 19-08-2025
No. of Bidders 7
Bidders 1. A.L-ASFALT & BESTA & LIQENI VII & “SARDO”
me Subjekt Mbështetës: - BALILI KONSTRUKSION dhe - S.M.O UNION
2. ASI INVEST
3. UDHA
4. NDREGJONI
5. KUPA & SELAMI & STERKAJ
6. NIKA & ViaNex
7. BE - IS SH.P.K & ERGI & RRUGA URA ASFALTIM NR.2 ELBASAN
Successful Bidder /Supplier / Provider
  • A.L-ASFALT - BESTA - LIQENI VII - SARDO
  • The winning bid ALL without vat 196 152 622,00
    Bidder Announcement date 25-09-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 217 Dite Pune
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesërmarrësit janë skualifikuar Ofertuesit e mëposhtëm:

    1. ASI INVEST M01927023H Operatori ekonomik ofertues nuk ka ngarkuar ne sistemin e prokurimit elektronik sigurimin e ofertes.

    2. NDREGJONI K31329048I Operatori ekonomik ofertues nuk ka ngarkuar ne sistemin e prokurimit elektronik sigurimin e ofertes.

    3. KUPA & SELAMI & STERKAJ K51615512C & J77304706L & J68310708M mjetet e deklaruara per realizimin e punes mungojn.

    4. NIKA & ViaNex J76705047U & K87921701H BOE nuk ka plotësuar piken 2.9 nuk ka deklaruar stafin teknik.

    5. BE - IS SH.P.K & ERGI & RRUGA URA ASFALTIM NR.2 ELBASAN K71412003A & K02727229P & J62904264O BOE BEIS & Rruga Ura & ERGI shpk nuk kualifikohen pasi rezulton se punonjesit e kualifikuar(specialistet) mjetet dhe personeli kryesor (Drejtuesit Teknik) i deklaruar ne shtojcen e ngarkuar ne SPE eshte i njejte me ate te deklaruar nga BOE ERGI & BE-IS.

    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for A.L-ASFALT viti 2012-2013
    Monitor treasury transaction for A.L-ASFALT viti 2014
    Monitor treasury transaction for A.L-ASFALT viti 2015-2018
    Monitor treasury transaction for A.L-ASFALT viti 2019-2020

    Monitor treasury transaction for BESTA viti 2012-2013
    Monitor treasury transaction for BESTA viti 2014
    Monitor treasury transaction for BESTA viti 2015-2018
    Monitor treasury transaction for BESTA viti 2019-2020

    Monitor treasury transaction for LIQENI VII viti 2012-2013
    Monitor treasury transaction for LIQENI VII viti 2014
    Monitor treasury transaction for LIQENI VII viti 2015-2018
    Monitor treasury transaction for LIQENI VII 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"
    - Preventiv
    - Grafik Punimesh
    - Relacion Konstruktiv

    Privacy Policy

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