Open Procurement Albania

Blerje goma

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 ECO Tirana
Procuring Authority / Buyer Local Unit Tiranë
Tender object Blerje goma
Reference No. REF-18865-04-18-2019
Estimated / Ceiling Value ALL without VAT 3 023 138,00
Type of Contract
Procurement Method Request for Proposal
Stage Procedure Signed the Contract
Tender Publication Date 19-04-2019
Last date of Submitted Documents 30-04-2019
Tender Held Date 30-04-2019
No. of Bidders 8
Bidders A.K.M. Albanian Investmernt Group
Alked Kopaci
EXIMOIL
GAJD Company
KADIU
KLOSI-R COMPANY
KUJTIMI 06
RA-MI KOMPANI
Successful Bidder /Supplier / Provider
  • KADIU
  • The winning bid ALL without vat 2 500 400,00
    Bidder Announcement date 08-08-2019
    Award and Contract Amount ALL with VAT 3000480
    Contract date 08-08-2019
    Planned Milestones of Contract / Start and End Date 12 muaj
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nuk ka pasur ankesa.
    Janë skualifikuar ofertuesit e mëposhtëm:

    1. Alked Kopaci :
    • Operatori ekonomik nuk ploteson piken 2.3.1. pasi nuk ka paraqitur kontraten per furnizimet e ngjashme te paraqitura me institucionet shteterore.

    2. EXIMOIL :
    • Operatori ekonomik ka paraqitur vertetim nga OSHEE per vetem nje kontrate energjie, por ne QKB rezulton me dy adresa te ushtrimit te aktivitetit.
    • Operatori ekonomik nuk ploteson piken 2.3.4. pasi Certifikimi ISO eshte paraqitur certifikimi i prodhuesit, nuk eshte paraqitur asnje dokument qe tregon lidhjen e prodhuesit me operatorin.
    • Mungon vertetim perkthimi dhe noterizim i dokumentit, Certifikimi ISO i prodhuesit ka skaduar vlefshmerine e tij me date 14.09.2018.

    3. GAJD Company :
    • Operatori ekonomik nuk ploteson kriteret e pergjithshme te kualifikimit, operatori ka detyrime tatimore per tatimin mbi fitimin.Operatori ekonomik ka paraqitur vertetim nga OSHEE per vetem dy kontrata energjie, por ne QKB rezulton me tre adresa te ushtrimit te aktivitetit.

    4. KLOSI-R COMPANY :
    • Operatori ekonomik nuk ploteson kriterin e pikes 2.3.4. pasi nuk ka paraqitur certifikim ISO te operatorit por ka paraqitur certifikimin ISO te prodhuesit dhe autorizim prodhuesi, dokumenta te pa noterizuara.

    5. RA-MI KOMPANI :
    • Operatori ekonomik nuk ploteson kriterin e pikes 2.3.4. pasi nuk ka paraqitur certifikim ISO te operatorit por ka paraqitur certifikimin ISO te prodhuesit dhe autorizim prodhuesi, dokumenta te pa noterizuara.

    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for KADIU viti 2012-2013
    Monitor treasury transaction for KADIU viti 2014
    Monitor treasury transaction for KADIU viti 2015-2018
    Monitor treasury transaction for KADIU viti 2019-2020
  • Public Announcement Bulletin
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract Nr.33 - Dt.19-08-2019

    SUPPORTERS

    Here you can have your ADVERTISEMENT

    Contact at [email protected]

    Privacy Policy

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