Open Procurement Albania

“Rehabilitimi i kanalit vaditës, të fshatit Zall Herr”

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 “Rehabilitimi i kanalit vaditës, të fshatit Zall Herr”
Reference No. REF-65195-10-15-2025
CPV Code 45210000-2 - Punime ndërtimi,
Estimated / Ceiling Value ALL without VAT 34 458 333,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 16-10-2025
Last date of Submitted Documents 31-10-2025
Tender Held Date 31-10-2025
No. of Bidders 18
Bidders 1. OE “INERTI” shpk
2. OE “NIKA” shpk me Subjekt Mbështetës: Shoqëria "MANE/S " sh.p.k
3. BOE “I.C.C GROUP” sh.p.k & “VISCONS GROUP” shpk
4. OE “ASI INVEST” sh.p.k & “NDREGJONI” shpk
5. OE “2 N” shpk
6. OE “Colombo LTD” shpk
7. OE “BONUS” shpk
8. OE “CARA” shpk
9. OE “SHPRESA - AL” shpk
10. OE “BIMAK” shpk
11. OE “KLAJGER KONSTRUKSION” shpk
12. OE “Shendelli” shpk
13. OE “OUEN” shpk
14. OE “KEVIN CONSTRUKSION” shpk
15. OE “BE – IS” shpk
16. OE “LIQENI VII” shpk
17. OE “ISOBAR CONSTRUCTION” shpk
18. OE “STERKAJ” shpk
Successful Bidder /Supplier / Provider
  • NIKA SHPK
  • The winning bid ALL without vat 21 707 101,00
    Bidder Announcement date 17-11-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 4 Muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar operatorët e mëposhtëm:

    1. OE “INERTI” shpk, pasi Oferta e kualifikuar e operatoreit ekonomik “INERTI” shpk eshte me çmim Anomalisht te Ulët.
    2. OE “BONUS” shpk, pasi nuk ka plotesuar te dhenat e kerkuar ne Formularin Permbledhes te Vetdeklarimit (Shtojca 8), Deklarat C konkretisht Targen, Lejen e qarkullimit, cka bie ne kundershtim me kerkesat e percaktuara ne dokumentet standarte te tenderit.
    3. OE “CARA” shpk, pasi nuk ka plotesuar te dhenat e kerkuar ne Formularin Permbledhes te Vetdeklarimit (Shtojca 8), Deklarat C konkretisht Targen, Lejen e qarkullimit, cka bie ne kundershtim me kerkesat e percaktuara ne dokumentet standarte te tenderit.
    4. OE “BIMAK” shpk, pasi nuk ka kategorite e licenses për punimet e zbatimit NS-8 A “Ndertime parafabrikat me beton te armuar, struktura metalike dhe druri” dhe NS-18 A “Punime topogjeodezike”, cka bie ne kundershtim me kerkesat e percaktuara ne dokumentet standarte te tenderit.
    5. OE “STERKAJ” shpk, pasi nuk ka paraqitur e per rrjedhoje mungon Kontrata e bashkimit te operatoreve ekonomik si dhe Prokura e Posacme, cka bie ne kundershtim me kerkesat e percaktuara ne dokumentet standarte te tenderit, pika 1.3.

    *Ne pritje te perfundimit te afatit te ankimimit.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for NIKA SHPK viti 2012-2013
    Monitor treasury transaction for NIKA SHPK viti 2014
    Monitor treasury transaction for NIKA SHPK viti 2015-2018
    Monitor treasury transaction for NIKA SHPK viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    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