Kreu Rreth nesh Misioni Veprimtaria Drejtuesi i SPAK Prokurorët Drejtori i BKH Struktura Prokuroria e Posaçme Byroja Kombëtare e Hetimit Legjislacion Kushtetuta Kodet Ligjet për...
Read MoreSPECIAL PROSECUTOR’S OFFICE AGAINST CORRUPTION AND ORGANIZED CRIME
I. CONTRACT NOTICE PUBLISHED IN THE PUBLIC NOTICE BULLETIN AND ON THE OFFICIAL PAGE OF THE CONTRACTING AUTHORITY
Section 1. Contracting Authority
Name and address of the contracting authority
Name: |
Special Prosecutor’s Office Against Corruption and Organized Crime |
Address: | St. “Jordan Misja”, Nr. 1 Tirana |
Tel/Fax: | 0699414492 |
E-mail: | |
Website address: | spak.al |
1.2 Type of Contracting Authority/Entity:
Central Institution | Independent Institution |
| X |
Unit of local authorities | Other |
| |
1.3 Contract under a special agreement between Albania and another country:
Yes | | No | X |
|
|
|
|
Section 2 Object of Contract: “Purchase of operational technical systems/equipment”, divided into lots as follows:
First Lot “Purchase of Tactical Monitoring System”;
Second Lot “Purchase of Hardware and Software Technological System for the field support of investigators “;
The Third Lot “ Purchase of Stationary Autonomous Anti drone System “.
2.1 Publication number of the procedure / lot (no. date Procurement Order): No.696 prot, date 12.10.2023.
2.2 Type of “Public Contract for Supply”:
2.3 Contract under the Framework Agreement:
YES NO X
2.4 Type of Framework Agreement
With an Economic Operator
With some economic operators
All conditions are set YES NO
In the Framework Agreement with 1 Economic Operator, when all the conditions are defined, provide reasons for the selection of this type of Framework Agreement:N/A
|
2.5 Number of economic operators with whom the Framework Agreement shall be concluded: N/A
2.6 |
The conditions that will apply in the case of reopening the competition and/or the possible use of electronic purchase. |
|
2.7 Contracting authority / Contracting authorities which shall enter into the framework agreement: N/A
2.8 Short description of the contract / framework agreement
1. Limit fund/Expected contract value: 101,072,851 (one hundred one million seventy two thousand eight hundred and fifty one) ALL without VAT or 967,667 (nine hundred sixty-seven thousand six hundred and sixty-seven) euros without VAT.
* The fund limit is determined with reference to the official exchange rate of the Bank of Albania, dated 14.11.2023.
Last update: 14.11.2023 12:02:46
| |||||||
Currency | Average purchase price (Bid) | Average selling price (Ask) | |||||
Euro | EUR | 103.78 | -0.14 | 104.45 | -0.14 | ||
2. In the case when the object of procurement consists of several items, the total price per unit is ________________________________________.
3. Funding Source: Funds made available by the Grant of Administration Agency of Sequestrated and Confiscated Assets.
4. Object of the contract/framework agreement: “Purchase of operational technical systems/equipment”, divided into lots as follows:
The First Lot ” Purchase of Tactical Monitoring System “ with limit fund of 44,869,517 (forty-four million eight hundred sixty-nine thousand five hundred and seventeen) ALL without VAT or 429,579 (four hundred twenty-nine thousand five hundred and seventy-nine) euros without VAT.
The Second Lot “Purchase of Hardware and Software Technological System for the field support of investigators “ with limit fund of 32,136,667 (thirty-two million one hundred a thirty-six thousand six hundred and sixty-seven) ALL without VAT or 307,675 (three hundred seven thousand six hundred and seventy-five) euros without VAT.
The Third Lot “Purchase of Stationary Autonomous Anti drone System” with limit fund of 24,066,667 (twenty-four million sixty-six thousand six hundred and sixty-seven) ALL without VAT or 230,413 (two hundred thirty thousand four hundred and thirteen) euros without VAT.
2. 9 Duration of the contract or time limit for implementation:
The duration of the contract will be for a period of 5 (five) months starting from the date of signing the contract.
2.9.1. Duration of the Framework Agreement:N/A
2.10 Place of delivery of the contract object:
Special Prosecution Office Against Corruption and Organised Crime with address St “Jordan Misja”, No.1, Tirana.
2.11 Division into LOTS:
YES X NO
If yes,
2.12 Brief description of lots
(Object and fund limit of lots)
The First Lot “Purchase of Tactical Monitoring System” with limit fund of 44,869,517 (forty-four million eight hundred sixty-nine thousand five hundred and seventeen) ALL without VAT or 429,579 (four hundred twenty-nine thousand five hundred and seventy-nine) euros without VAT.
The Second Lot “Purchase of Hardware and Software Technological System for the field support of investigators“ with limit fund of 32,136,667 (thirty-two million one hundred a thirty-six thousand six hundred and sixty-seven) ALL without VAT or 307,675 (three hundred seven thousand six hundred and seventy-five) euros without VAT.
The Third Lot “Purchase of Stationary Autonomous Anti drone System” with limit fund of 24,066,667 (twenty-four million sixty-six thousand six hundred and sixty-seven) ALL without VAT or 230,413 (two hundred thirty thousand four hundred and thirteen) euros without VAT.
A Bidder may apply for:
□ one lot,
□ several lots,
X all lots.
A separate offer for each lot must be submitted.
2.13 Options:
Number of possible upgrades (if any): None
2.14 Reducing the number of eligible candidates (if applicable): N/A
2.14.1. The reduction of the number of suitable candidates to be invited shall be applied:
YES NO X
2.14.2 If the criteria for reducing the number of candidates shall be applied: N/A
i. Specify the number: N/A
ii. Specify the criteria and rules that shall be applied to reduce the number of candidates: N/A
2.15 Variants shall be accepted:
YES NO X
2.15.1 The subcontract shall be accepted:
YES NO X
If subcontracting shall be allowed, specify the percentage allowed for subcontracting: N/A
The contracting authority shall make the payments directly to the subcontractor:
YES NO X
Other notes: None
2.16. During the procurement process in the field of Information and Communication Technology (ICT) are used the standards prepared by the National Agency for Information Company:
YES NO X
2.17. During the procurement process in the field of Information and Communication Technology (ICT), in case the standards are inapplicable, prior approval has been obtained from the National Agency for Information Company:
YES NO X
Section 3 Legal, economic, financial and technical information
3.1 Admission Criteria according to Annex 12.
3.2 Bid Security: Applicable in the second phase of the procedure.
The Economic Operator submits the Bid Assurance Form, according to Appendix 6.
The required value of the bid security is _________ Lek (the stated amount).
In cases of submission of the bid for Lots, the value of the bid insurance for each of the Lots is as follows:
Section 4 Procedure
4.1 Type of procedure: Restricted Procedure above the high monetary limit
Re-announced procurement procedure
YES NO X
If it is a re-announced procedure, fill in the identification data of the cancelled procedure:
a) Reference number (date of procurement order) of the cancelled procurement procedure:
b) Object of the procurement of the cancelled procurement procedure:
c) Limit fund of the cancelled procurement procedure:
This procedure involves two main stages:
Phase 1 – Prequalification and selection of candidates:
The first phase (pre-qualification) is related to the selection of candidates, before sending the invitation to bid by the CA. Pre-qualification of bidders is a different process from the bid evaluation procedure, which focuses on the price and criteria set out in the tender documents.
The pre-qualification process shall be done focusing on the evaluation of the experience and the ability of the candidates to satisfactorily implement the concrete contract. The main purpose of pre-qualification is to select those contractors / suppliers whose qualifications and experience minimize the risk of non-performance, according to the proposed project / contract.
The contracting authority invites not less than 3 (three) candidates, guaranteeing competition and equality between them, except when the number of bidders who have expressed interest is lower than the required minimum.
CRITERIA FOR THE SELECTION OF CANDIDATES IN THE FIRST PHASE
THE FIRST LOT ” PURCHASE OF TACTICAL MONITORING SYSTEM “
I. SPECIAL QUALIFICATION CRITERIA
1. The candidate/bidder must submit:
a. The statement for submitting an independent offer, according to Appendix 4;
b. The statement on the fulfillment of general criteria, according to Appendix 10;
c. The statement on the conflict of interest, according to appendix 9;
d. The statement on guaranteeing the applicability of legal provisions in labor relations, according to Appendix 11.
2. The candidate/bidder must submit:
2.2. Economic and financial capacity:
2.2.1 Economic operators must submit copies of annual turnover statements issued by the tax administration for the last 2 (two) financial years (2021 – 2022), the value of which must not be lower than 40% of the limit fund value object of procurement, specifically 17,947,807 (seventeen million nine hundred forty seven thousand eight hundred and seven) ALL without VAT.
According to the above, if the bidder applies for all the lots, he must therefore ensure that the turnover value realized in the last two years from the date of the procedure, manages to meet the required value for as many lots as he applies for, so that to be able to prove his financial and economic capacity for the possibility of successfully realizing all the lots he applies for.
2.3 Technical and professional skills:
2.3.1 The economic operator must present evidence of previous supplies, similar to the object of the procurement, carried out during the last three years from the date of publication of the contract notice, with a value not less than 40% of the value of calculated of the lot being procured or 17,947,807 (seventeen million nine hundred forty seven thousand eight hundred and seven)ALL without VAT.
The economic operator for the previous experience must submit certificates issued by a public entity for the successful fulfillment of the contract, where the value and term of completion as well as the sales tax invoices are noted, completed according to the requirements of the legislation in force, where the dates, amounts and supplies realized are noted.
OR
In the case of previous experience with the private sector, only sales tax invoices, completed according to the requirements of the legislation in force, and declared to the tax authorities, where the dates, amounts and supplies made, are accepted as evidence.
According to the above, if the bidder applies for all the lots, it must therefore be ensured that the value for previous similar services performed during the last 3 (three) years from the date of the procedure, manages to meet the value required for as many lots as he applies for, so that he can prove his technical capacity for the possibility of successfully realizing all the lots he applies for.
2.3.2 The economic operator must submit a quality management certificate ISO 9001:2015 or equivalent one (valid). The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.3The economic operator must submit a certificate ISO/IEC 27001:2017 or equivalent one (valid), related to the information security management system. The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.4 Participating economic operators, in order to realize the contract object of procurement, must prove that they have part of the staff of the company employed, as follows:
• At least 2 (two) IT/Electronics/Telecommunications engineers;
For this, economic operators must present:
• Valid employment contract;
• University degree according to the required profile;
• Payrolls for the last 3 months.
2.4 Compliance data for the security of the Classified Information:
Interested economic operators must be equipped with the Industrial Security Certificate (CSI),
which should be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
In order to draw up the offer and in the conditions when this process requires access to classified information administered by the Contracting Authority, economic operators must submit:
– The company administrator;
– The Industrial Safety Officer and his deputy (if it has deputy);
– 2 (two) IT/Electronics/Telecommunications engineers.
The CSP must be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
Employees, as above, will have access to classified information related to the technical specifications of subject to procurement. Also, the contractor will install, integrate, configure the system and train the personnel in order to use them efficiently.
Economic operators in order to qualify in the first phase of procedure must submit the documentation in accordance with the requirements defined above, in a closed, non-transparent envelope, signed and sealed by them. The Contracting Authority will examine the documents submitted by the economic operators and will evaluate whether this documentation meets the defined requirements.
The participation request form must be completed according to the format of the tender documents published by APP in the section Legislation/Procurement in the field of defense and security, DST column “Restricted_Procedure_of_Goods”.
For countries that have ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the issued documents must contain the Apostille in accordance with Law no. 9060, dated 8.5.2003 “On the accession of the Republic of Albania to the Convention on abolishing the requirement for legalization of foreign official documents”.
For countries that have not ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the legalization of these documents must be carried out in the respective embassies, consulates or offices from the country of origin. Failure to submit the documentation in this form shall result in disqualification.
All documents must be originals or notarized copies thereof. Cases of non-submission of a document, or of false and incorrect documents, are considered conditions for disqualification.
THE SECOND LOT “ PURCHASE OF HARDWARE AND SOFTWARE TECHNOLOGICAL SYSTEM FOR THE FIELD SUPPORT OF INVESTIGATORS “
I. SPECIAL QUALIFICATION CRITERIA
1. The candidate/bidder must submit:
a. The statement for submitting an independent offer, according to Appendix 4;
b. The statement on the fulfillment of general criteria, according to Appendix 10;
c. The statement on the conflict of interest, according to appendix 9;
d. The statement on guaranteeing the applicability of legal provisions in labor relations, according to Appendix 11.
2. The candidate/bidder must submit:
2.2. Economic and financial capacity:
2.2.1 Economic operators must submit copies of annual turnover statements issued by the tax administration for the last 2 (two) financial years (2021 – 2022), the value of which must not be lower than 40% of the limit fund value object of procurement, specifically ALL 12,854,667 (twelve million eight hundred fifty-four thousand six hundred sixty-seven) without VAT.
According to the above, if the bidder applies for all the lots, he must therefore ensure that the turnover value realized in the last two years from the date of the procedure, manages to meet the required value for as many lots as he applies for, so that to be able to prove his financial and economic capacity for the possibility of successfully realizing all the lots he applies for.
2.4 Technical and professional skills:
2.3.1 The economic operator must present evidence of previous supplies, similar to the object of the procurement, carried out during the last three years from the date of publication of the contract notice, with a value not less than 40% of the value of calculated of the lot being procured or ALL 12,854,667 (twelve million eight hundred fifty-four thousand six hundred sixty-seven) without VAT.
The economic operator for the previous experience must submit certificates issued by a public entity for the successful fulfillment of the contract, where the value and term of completion as well as the sales tax invoices are noted, completed according to the requirements of the legislation in force, where the dates, amounts and supplies realized are noted.
OR
In the case of previous experience with the private sector, only sales tax invoices, completed according to the requirements of the legislation in force, and declared to the tax authorities, where the dates, amounts and supplies made, are accepted as evidence.
According to the above, if the bidder applies for all the lots, it must therefore be ensured that the value for previous similar services performed during the last 3 (three) years from the date of the procedure, manages to meet the value required for as many lots as he applies for, so that he can prove his technical capacity for the possibility of successfully realizing all the lots he applies for.
2.3.2 The economic operator must submit a quality management certificate ISO 9001:2015 or equivalent one (valid). The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.3The economic operator must submit a certificate ISO/IEC 27001:2017 or equivalent one (valid), related to the information security management system. The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.4 Participating economic operators, for the realization of the contract object of procurement, must prove that they have part of the staff of the company employed, as follows:
– At least 1 (one) IT/Electronics/Telecommunications engineers;
– At least 1 (one) specialist certified by the manufacturer for cutting machines;
For this, economic operators must present:
• Valid employment contract;
•University degree according to the profile required for 1 (one) IT/Electronics/Telecommunications engineers;
• University degree /certificate in the electronics/mechanics/mechatronics branch/field for 1 (one) specialist certified by the manufacturer for cutting machines;
• Proof or relevant qualification certificate, issued by the manufacturer for cutting machines for 1 (one) specialist; Certificates must be verifiable and valid contacts must be provided in case of need for verification.
• Payrolls for the last 3 months.
2.4 Compliance data for the security of the Classified Information:
Interested economic operators must be equipped with the Industrial Security Certificate (CSI),
which should be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
In order to draw up the offer and in the conditions when this process requires access to classified information administered by the Contracting Authority, economic operators must submit:
– The company administrator;
– The Industrial Safety Officer and his deputy (if it has deputy);
– 1 (one) IT/Electronics/Telecommunications engineers;
– 1 (one) specialist certified by the manufacturer for cutting machines;
The CSP must be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
Employees, as above, will have access to classified information related to the technical specifications of subject to procurement. Also, the contractor will install, integrate, configure the system and train the personnel in order to use them efficiently.
Economic operators in order to qualify in the first phase of procedure must submit the documentation in accordance with the requirements defined above, in a closed, non-transparent envelope, signed and sealed by them. The Contracting Authority will examine the documents submitted by the economic operators and will evaluate whether this documentation meets the defined requirements.
The participation request form must be completed according to the format of the tender documents published by APP in the section Legislation/Procurement in the field of defense and security, DST column “Restricted_Procedure_of_Goods”.
For countries that have ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the issued documents must contain the Apostille in accordance with Law no. 9060, dated 8.5.2003 “On the accession of the Republic of Albania to the Convention on abolishing the requirement for legalization of foreign official documents”.
For countries that have not ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the legalization of these documents must be carried out in the respective embassies, consulates or offices from the country of origin. Failure to submit the documentation in this form shall result in disqualification.
All documents must be originals or notarized copies thereof. Cases of non-submission of a document, or of false and incorrect documents, are considered conditions for disqualification.
THE THIRD LOT “PURCHASE OF STATIONARY AUTONOMOUS ANTI DRONE SYSTEM”
I. SPECIAL QUALIFICATION CRITERIA
1. The candidate/bidder must submit:
a. The statement for submitting an independent offer, according to Appendix 4;
b. The statement on the fulfillment of general criteria, according to Appendix 10;
c. The statement on the conflict of interest, according to appendix 9;
d. The statement on guaranteeing the applicability of legal provisions in labor relations, according to Appendix 11.
2. The candidate/bidder must submit:
2.2. Economic and financial capacity:
2.2.1 Economic operators must submit copies of annual turnover statements issued by the tax administration for the last 2 (two) financial years (2021 – 2022), the value of which must not be lower than 40% of the limit fund value object of procurement, specifically ALL 9,626,667 (nine million six hundred twenty-six thousand six hundred and sixty-seven) without VAT.
According to the above, if the bidder applies for all the lots, he must therefore ensure that the turnover value realized in the last two years from the date of the procedure, manages to meet the required value for as many lots as he applies for, so that to be able to prove his financial and economic capacity for the possibility of successfully realizing all the lots he applies for.
2.5 Technical and professional skills:
2.3.1 The economic operator must present evidence of previous supplies, similar to the object of the procurement, carried out during the last three years from the date of publication of the contract notice, with a value not less than 40% of the value of calculated of the lot being procured or ALL 9,626,667 (nine million six hundred twenty-six thousand six hundred and sixty-seven) without VAT.
The economic operator for the previous experience must submit certificates issued by a public entity for the successful fulfillment of the contract, where the value and term of completion as well as the sales tax invoices are noted, completed according to the requirements of the legislation in force, where the dates, amounts and supplies realized are noted.
OR
In the case of previous experience with the private sector, only sales tax invoices, completed according to the requirements of the legislation in force, and declared to the tax authorities, where the dates, amounts and supplies made, are accepted as evidence.
According to the above, if the bidder applies for all the lots, it must therefore be ensured that the value for previous similar services performed during the last 3 (three) years from the date of the procedure, manages to meet the value required for as many lots as he applies for, so that he can prove his technical capacity for the possibility of successfully realizing all the lots he applies for.
2.3.2 The economic operator must submit a quality management certificate ISO 9001:2015 or equivalent one (valid). The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.3The economic operator must submit a certificate ISO/IEC 27001:2017 or equivalent one (valid), related to the information security management system. The certificate must be issued by conformity assessment bodies, which are accredited by the General Directorate of Accreditation, DPA, or by international accrediting bodies recognized by the Republic of Albania. In case of merging economic operators, each operator must have the above certificates.
2.3.4 Participating economic operators, for the realization of the contract subject to procurement, must prove that they have at least 3 (three) employees as part of the company’s staff, of which:
• At least 1 (one) graduate engineer at master’s level degree for information technology or equivalent.
For this, economic operators must present:
• Valid employment contract;
• University degree according to the required profile
• Payrolls for the last 3 months.
• At least 1 (one) gratuate electronic engineer or any other equivalent branch at master’s level degree.
For this, economic operators must present:
• Valid employment contract;
• University degree according to the required profile
• Payrolls for the last 3 months.
• At least 1 (one) certified specialist for “Microsoft Certified Systems Engineer” or equivalent.
For this, economic operators must present:
• Valid employment contract;
• Evidence or certificate of relevant qualification, issued by a manufacturing company for Microsoft Certified Systems Engineer or equivalent. Certificates must be verifiable and valid contacts must be provided in case of need for verification.
• Payrolls for the last 3 months.
2.4 Compliance data for the security of the Classified Information:
Interested economic operators must be equipped with the Industrial Security Certificate (CSI),
which should be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
In order to draw up the offer and in the conditions when this process requires access to classified information administered by the Contracting Authority, economic operators must submit:
– The company administrator;
– The Industrial Safety Officer and his deputy (if it has deputy);
– 1 (one) graduate electronic engineer or any other equivalent branch at master’s level degree;
– 1 (one) graduate engineer at master’s level degree for information technology or equivalent;
– 1 (one) certified specialist for “Microsoft Certified Systems Engineer” or equivalent.
The CSP must be:
– Not lower than the “Secret” classification level;
– Valid at the moment of procurement and conclusion of the classified contract;
– In accordance with the specific object of classified procurement.
Employees, as above, will have access to classified information related to the technical specifications of subject to procurement. Also, the contractor will install, integrate, configure the system and train the personnel in order to use them efficiently.
Economic operators in order to qualify in the first phase of procedure must submit the documentation in accordance with the requirements defined above, in a closed, non-transparent envelope, signed and sealed by them. The Contracting Authority will examine the documents submitted by the economic operators and will evaluate whether this documentation meets the defined requirements.
The participation request form must be completed according to the format of the tender documents published by APP in the section Legislation/Procurement in the field of defense and security, DST column “Restricted_Procedure_of_Goods”.
For countries that have ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the issued documents must contain the Apostille in accordance with Law no. 9060, dated 8.5.2003 “On the accession of the Republic of Albania to the Convention on abolishing the requirement for legalization of foreign official documents”.
For countries that have not ratified the Hague Convention, dated 05.10.1961 on “Abolishing the requirement for diplomatic and consular legalization of foreign official documents”, the legalization of these documents must be carried out in the respective embassies, consulates or offices from the country of origin. Failure to submit the documentation in this form shall result in disqualification.
All documents must be originals or notarized copies thereof. Cases of non-submission of a document, or of false and incorrect documents, are considered conditions for disqualification.
4.2 Winner selection criteria:
A) lowest price X
or
B) the most economically advantageous offer
regarding importance: Price points
etc. points
The Contracting Authority must specify the points for each evaluation criterion set.
4.3 Deadline for submission of applications for participation:
Date: 27/12/2023 Time: 11:00
Location: Special Prosecutor’s Office against Corruption and Organized Crime with address: “Jordan Misja” Street, No. 1, Tirana
4.4 Bid validity period: 150 (one hundred and fifty) days
4.5 Language (s) for drafting applications for participation:
Albanian X English X
Other _______________
Section 5 Additional Information
5.1 Paid documents(in cases when evaluated by the contracting authority):
YES NO X
If yes
Currency _________ Price _______
This price covers the actual costs of copying and distributingT D to Economic Operators. Interested Economic Operators have the right to check the TD before their purchase.
5.2 Additional information (place, office, ways to withdraw tender documents): N/A
Phase 2 – Invitation to Bid and Evaluation: The Contracting Authority shall send a call for bids to the Candidates who have met the pre-qualification requirements by inviting them to submit bids according to the specifications in the TD and the specifications set out in the call for bids. Bids shall be reviewed and evaluated by the Contracting Authority to determine the winning bid.
The winning economic operator, for signing a public contract must have:
– Copy of the Electronic Taxation Certificate, for the taxpayers who use the Central Invoice Platform.
– Copy of the Electronic Taxation Certificate and valid copy of the contract concluded with the Certified Company for the software solution in use, for the taxpayers who issue invoices through the software solution.
Date of submission of this announcement: 14/11/2023
Date of publication of this announcement: 20/11/2023
Kreu Rreth nesh Misioni Veprimtaria Drejtuesi i SPAK Prokurorët Drejtori i BKH Struktura Prokuroria e Posaçme Byroja Kombëtare e Hetimit Legjislacion Kushtetuta Kodet Ligjet për...
Read MoreKreu Rreth nesh Misioni Veprimtaria Drejtuesi i SPAK Prokurorët Drejtori i BKH Struktura Prokuroria e Posaçme Byroja Kombëtare e Hetimit Legjislacion Kushtetuta Kodet Ligjet për...
Read MoreKreu Rreth nesh Misioni Veprimtaria Drejtuesi i SPAK Prokurorët Drejtori i BKH Struktura Prokuroria e Posaçme Byroja Kombëtare e Hetimit Legjislacion Kushtetuta Kodet Ligjet për...
Read MoreKreu Rreth nesh Misioni Veprimtaria Drejtuesi i SPAK Prokurorët Drejtori i BKH Struktura Prokuroria e Posaçme Byroja Kombëtare e Hetimit Legjislacion Kushtetuta Kodet Ligjet për...
Read MoreCopyright © SPAK 2023. Të gjitha të drejtat e rezervuara.