Open Procurement Albania

“Ndertimi i varrezave te Qytetit te Lezhes, ne fshatin Merqi, Njesia Andministrative Kallmet, Bashkia Lezhe, LOTI 1”.

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 Lezhë
Procuring Authority / Buyer Bashkia Lezhe
Tender object “Ndertimi i varrezave te Qytetit te Lezhes, ne fshatin Merqi, Njesia Andministrative Kallmet, Bashkia Lezhe, LOTI 1”.
Reference No. REF-64195-10-09-2025
CPV Code 45215400-1 - Punime ndërtimi për varreza,
Estimated / Ceiling Value ALL without VAT 40 990 536,00
Type of Contract
Procurement Method Open Procedure
Stage Procedure Announced the Winner
Tender Publication Date 10-10-2025
Last date of Submitted Documents 27-10-2025
Tender Held Date 27-10-2025
No. of Bidders 6
Bidders 1. “BE - IS SH.P.K” Shpk,
2. “BONUS Sh.p.k” Shpk,
3. “Colombo LTD” Shpk & “ERAL CONSTRUCTION COMPANY” Shpk,
4. “KEGLI-DURI” Shpk, & OE “LIS KONSTRUKSION” Shpk,
5. “NIKA” Shpk,
6. OE “RRUGA URA ASFALTIM NR.2 ELBASAN” Shpk & OE “BLERIMI” Shpk, & OE “MARTINI KONSTRUKSION & REAL ESTATE” Shpk,
Successful Bidder /Supplier / Provider
  • Colombo LTD Shpk - ERAL CONSTRUCTION COMPANY Shpk
  • The winning bid ALL without vat 33 861 555,00
    Bidder Announcement date 27-11-2025
    Award and Contract Amount ALL with VAT 0,00
    Contract date
    Planned Milestones of Contract / Start and End Date 6 Muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar, Ofertuesit e mëposhtëm:

    I- Operatori Ekonomik “BE - IS SH.P.K” Shpk, me Nuis K71412003A, Nga verifikimi i dokumentacionit te paraqitur nga Operatori Ekonomik rezulton se: Nuk potëson pikën 2.3.4, 2.3.5 dhe 2.3.7 të kritereve te veçanta per kualifikim te Dokumenteve Standarte të Tenderit, pasi nje pjese e stafit teknik, stafit mbeshtetes dhe mjeteve te deklaruara

    II- Operatori Ekonomik “BONUS Sh.p.k” Shpk, me Nuis K72412009E, Se pari, nuk ploteson kriterin 2.3.5 te DST-se vendosi te refuzoje oferten e OE “BONUS Sh.p.k” Shpk, per mos permbushje te kritereve te vecanta kualifikuese.

    III- Bashkimi i Operatoreve Ekonomik “KEGLI-DURI” Shpk, me Nuis K94016202U & “LIS KONSTRUKSION” Shpk, me Nuis K66613407H, Nga verifikimi i dokumentacionit ne SPE rezulton se BOE ka dorezuar te gjithe dokumentacionin ne perputhje me kriteret e pergjithshme dhe te vecanta te kualifikimit te percaktuar ne dokumentat standarte te tenderit.

    IV- Bashkimi i Operatoreve Ekonomik “RRUGA URA ASFALTIM NR.2 ELBASAN” Shpk, me Nuis J62904264O & “BLERIMI” Shpk, me Nuis J62903384G & “MARTINI KONSTRUKSION & REAL ESTATE” Shpk, me Nuis K81314023A, per mos permbushje te kritereve te vecanta kualifikuese.

    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for ERAL CONSTRUCTION COMPANY Shpk viti 2012-2013
    Monitor treasury transaction for ERAL CONSTRUCTION COMPANY Shpk viti 2014
    Monitor treasury transaction for ERAL CONSTRUCTION COMPANY Shpk viti 2015-2018
    Monitor treasury transaction for ERAL CONSTRUCTION COMPANY 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