Open Procurement Albania

Blerje bojra dhe fotokopje

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 all competitive operators except the winner

Procuring Authority / Buyer Local Unit Fier
Procuring Authority / Buyer Bashkia Fier
Tender object Blerje bojra printeri dhe fotokopje
Reference No. REF-13192-03-12-2019
Estimated / Ceiling Value ALL without VAT 5 283 510,00
Type of Contract
Procurement Method Request for Proposal
Stage Procedure Signed the Contract
Tender Publication Date 13-03-2019
Last date of Submitted Documents 25-03-2019
Tender Held Date 25-03-2019
No. of Bidders 9
Bidders Adastra
Adenis Kastrati
Blueprint Technologies
Erisoni Company
Euro Office
IT Gjergji Kompjuter
InfoSoft Office
PC Store
Sajmir Mema
Successful Bidder /Supplier / Provider
  • ERISONI COMPANY SHPK
  • The winning bid ALL without vat 3 536 000,00
    Bidder Announcement date 17-07-2019
    Award and Contract Amount ALL with VAT 4243200
    Contract date 22-07-2019
    Planned Milestones of Contract / Start and End Date 10 ditë
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Ka pasur ankesa.
    Ka marrë përgjigje në datë :Nga AK-ja më datë 20.05.2019 si dhe nga KPP me vendimin Nr.409/2019, Datë 27/06/2019.

    Janë skualifikuar operatorët ekonomikë të mëposhëm:
    1. Operatori ekonomik “Adenis Kastrati” p.f., :
    Me Vendim te Komisionit të Prokurimit Publik nr.409/2019, date 27/06/2019, protokolluar prane Bashkise Fier me nr.4966/2 prot., date 01/07/2019.

    2. Operatori ekonomik “Blueprint Technologies” sh.p.k.:
    • Formulari i Ofertes sipas shtojces 1 i ngarkuar ne SPE per kete procedure, nuk hapet. Edhe pas kerkeses se AK drejtuar APP, statusi i ketij dokumenti nuk ndryshon.
    • Mungojne te gjitha shtojcat e kerkuara ne DST.
    • Mungon deklarate e OE per Konformitetin me Standartet Europiane per produktet e ofruara prej tij.

    3. Operatori ekonomik “IT Gjergji Kompjuter” sh.p.k.,
    Nuk paraqiti prane Komisionit Teknik te Vleresimit te Mostrave ne Bashkine Fier’, nga nje moster per secilin ze te kerkuar ne listen e mallit, sipas kerkeses se Autoritetit Kontraktor, ne daten dhe oren e caktuar nga AK.
    4. Operatori ekonomik “InfoSoft Office” sh.p.k., :
    Nuk paraqiti prane Autoritetit Kontraktor, asnje dokument per te argumentuar dhe dokumentuar me prova shkresore sqarimet per oferten anomalisht te ulet bazuar ne nenin 66, pika 5, paragrafi 5 te V.K.M. nr.914 date 29.12.2014 “Per miratimin e rregullave te prokurimit publik” i ndryshuar.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Nr.30 - Dt.29-07-2019
    Appeals and Decisions of the PPA

    Privacy Policy

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