Open Procurement Albania

Shpenzime për printim

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 Agjencia e Parqeve dhe Rekreacionit
Tender object Shpenzime për printim.

Burimi i financimit: Bashkia Tiranë.
Reference No. REF-32275-12-06-2024
Estimated / Ceiling Value ALL without VAT 1 600 333,00
Type of Contract
Procurement Method Simplified open procedure
Stage Procedure Re-Proclaimed and Signed the Contract
Tender Publication Date 11-12-2024
Last date of Submitted Documents 23-12-2024
Tender Held Date 23-12-2024
No. of Bidders 6
Bidders 1. Operatori ekonomik “PC STORE” shpk
2. Operatori ekonomik “Adenis Kastrati” PF
3. Operatori ekonomik “IN PRINT” shpk
4. Operatori ekonomik “INSTANT.AL” shpk
5. Operatori ekonomik “KALLFA” shpk
6. Operatori ekonomik “InfoSoft Office” shpk
Successful Bidder /Supplier / Provider
  • KALLFA SHPK
  • The winning bid ALL without vat 1 353 000,00
    Bidder Announcement date 31-12-2024
    Award and Contract Amount ALL with VAT
    Contract date
    Planned Milestones of Contract / Start and End Date 12 (dymbëdhjetë) muaj nga data e nënshkrimit te Marrëveshjes Kuadër
    Renewal Contract Additional Value (ALL with VAT)
    Appeals Nga pjesëmarrësit janë skualifikuar Ofertuesit e mëposhtëm:
    1. Operatori ekonomik “PC STORE” shpk pasi ne dokumentat e tenderit nuk ka plotesuar shtojcen 9 Kriteret e vecanta per kualifikim, pika 2.3 “Kapaciteti teknik”, pika 2.3.3.
    2. Operatori ekonomik “Adenis Kastrati” PF pasi nuk ka plotesuar kriteret e kualifikimit.
    3. Operatori ekonomik “IN PRINT” shpk pasi ka paraqitur oferte anomalisht te ulet.
    4. Operatori ekonomik “INSTANT.AL” shpk pasi nuk ka plotesuar “Kriteret e vecanta per kualifikim”, Kapaciteti teknik, pika 2.3.1.
    5. Operatori ekonomik “InfoSoft Office” shpk nuk ka plotësuar specifikimet teknike në lidhje me paisjet sipas përcaktimeve të autoritetit kontraktor në dokumentat e tenderit.

    Ne perfundim te afateve te ankimimit per kete procedure prokurimi nuk ka pasur ankesa.
    Cancellation reason
    Additions
    Transaction / Actual Spending
  • Monitor treasury transaction for KALLFA SHPK viti 2012-2013
    Monitor treasury transaction for KALLFA SHPK viti 2014
    Monitor treasury transaction for KALLFA SHPK viti 2015-2018
    Monitor treasury transaction for KALLFA SHPK viti 2019-2020
  • Public Announcement Bulletin Contracts signed under the Framework Agreement Qeverisja Vendore Tiranë REF-32275-12-06-2024
    Announcement of Procurement
    Standard Tender Documents
    Bidder Announcement
    Signing of the Contract
    - Procesverbal "Per argumentimin dhe miratimin e specifikimeve teknike dhe kritereve per kualifikim"
    - Formular "I njoftimit të fituesit, në përfundim të afateve të ankimit"

    Privacy Policy

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