Open Procurement Albania

Loti 2. Blerje maska respiratore me filter dhe valvul te tipit FPP1.

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.

  • No tendering process (direct negotiations and above 5 million LEK )
  • This refers to contracts signed without following any process of competition, but simple negotiations between the contracting authority and companies. Such procedures would have to be allowed only in cases of emergencies which require immediate interventions through a contract.

Procuring Authority / Buyer Operatori i Shperndarjes se Energjise Elektrike
Procuring Authority / Buyer
Tender object Blerje materiale dhe sherbime ne kuader te parandalimit te perhapjes se virusit Covid-19.
Loti 2. Blerje maska respiratore me filter dhe valvul te tipit FPP1.
Reference No. REF-54333-03-12-2020
Estimated / Ceiling Value ALL without VAT 11 000 000,00
Type of Contract
Procurement Method Negotiated Procedure
Stage Procedure Signed the Contract
Tender Publication Date
Last date of Submitted Documents 17-03-2020
Tender Held Date 17-03-2020
No. of Bidders 2
Bidders Farma Net Albania
EuroMed
Successful Bidder /Supplier / Provider
  • The winning bid ALL without vat 10 500 000,00
    Bidder Announcement date 18-03-2020
    Award and Contract Amount ALL with VAT 12600000
    Contract date 20-03-2020
    Planned Milestones of Contract / Start and End Date
    Renewal Contract Additional Value (ALL with VAT)
    Appeals NUk ka pasur ankesa.
    Eshte skualifikuar ofertuesi si mëposhtë:

    1. EuroMed shpk
    Referuar shtojces 7, Kriteret e vecanta per kualifikim, pika 2.2.1, Autoriteti Kontraktor ka kerkuar kopje të certifikuara të bilanceve të paraqitura në autoritetet përkatëse (Administrata Tatimore) te tre viteve te fundit. Operatori Ekonomik EuroMED shpk nuk ploteson kete pike pasi nuk paraqet kopje të certifikuara të bilanceve të paraqitura në autoritetet përkatëse (Administrata Tatimore), per tre vitet.
    Referuar shtojces 7, Kriteret e vecanta per kualifikim, pika 2.3.3, Autoriteti Kontraktor per lotin II ka kerkuar “Autorizim per tregetim te pajisjeve mjekesore”, te leshuar nga Ministria e Shendetesise dhe mbrojtjes Sociale sipas ligjit 89/2014 “per pajisjet mjekesore”, Operatori Ekonomik EuroMED shpk nuk ploteson kete pike pasi nuk paraqet “Autorizim per tregetim te pajisjeve mjekesore”, te leshuar nga Ministria e Shendetesise dhe mbrojtjes Sociale sipas ligjit 89/2014 “per pajisjet mjekesore”. Referuar shtojces 7, Kriteret e vecanta per kualifikim, pika 2.3.4, Autoriteti Kontraktor ka kerkuar deklarate per origjinen e mallit, Operatori Ekonomik EuroMED shpk nuk ploteson kete pike pasi nuk paraqet deklarate per origjinen e mallit.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Public Announcement Bulletin
    Standard Tender Documents
    Bidder Announcement

    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