Tender Announcement

CNOOC Iraq Limited, a company existing under the laws of British Virgin Islands, acting as lead contractor of the Technical Service Contract for Missan Oil Fields entered into by and between Missan Oil Company, TP Missan Limited and Iraqi Drilling Company, is pleased to make the following public tender announcement:

 

  1. TENDER DATA SHEET (TDS):

Tender Title

Tubing, Pup Joint and Coupling Purchase

Tender Number

CMIT-PRT-10.30-230097

Tender Announcement

Website

ITT documents and all Bulletins during the tender period will be published on the following website:

 

https://www.cnoociraq.com/share/page/site/BiddingDoc/documentlibrary#filter=path%7C%2F230097-%2520ITT%2520for%2520Tubing%252C%2520Pup%2520Joint%2520and%2520Coupling%2520Purchase&page=1;

 

User name: contractor

Password: contractor

PS. Some of the ITT documents have been encrypted for confidentiality reasons, thus; Bidders are kindly requested to send by email the Bid Acknowledgement to the following focal points WaqarHussain@cmitfod.com / ex_waqar.h@cnoociraq.com mohamedali@cmitfod.com; / ex_mohamed.a@cnoociraq.com;

ex_badreddin@cnoociraq.com / ex_chafikben@cnoociraq.com; who shall then provide Bidders with the “Password”

 

The user name and password for access ITT are prohibited to change by Tenderer.

 

Tender Announcement

Section 1 INSTRUCTION TO TENDERERS

Section 2 PROPOSAL CONTENTS AND FORMS

Section 3 TECHNICAL REQUIREMENT

Section 4 SCHEDULE OF COMPENSATION

Section 5 PRO FORMA CONTRACT

ITT Section 1. Clause 9.0

Bid Closing Date: no later than 16:00 (Baghdad Time), on or before March 06, 2024.

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to WaqarHussain@cmitfod.com / ex_waqar.h@cnoociraq.com mohamedali@cmitfod.com; / ex_mohamed.a@cnoociraq.com;  

ex_badreddin@cnoociraq.com / ex_chafikben@cnoociraq.com;

(“Tender Contact Emails”) on or before deadline.

ITT Section 1. Clause 5

All clarification and correspondences from Tenderers must be sent to all aforementioned Tender Contact Emails with official letter.

ITT Section 1. Clause 10.2

Bid Proposals must be delivered to Iraqi Office

Attention: Mr. Waqar Hussain / Mr. Mohamed Ali /                     Mr. Badreddine Larafi / Mr. Chafik Benlamri

Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.

Tel: +964 782 881 0446  / +964 782 880 0342/ / +964 781 080 8814/ +964 782 506 0675

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period 300 calendar days (“Bid Validity Period”).

ITT Section 1. Clause 12.1

Fail to meet any of below key factors will lead to disqualification:

1) Scope of Business must be related to the scope of work of the tender.

2) Legal Entity and Qualification of Bidder

3) Bid proposals are in properly sealed condition

4) Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).

5) Bid Bond submission

6) Signed & Stamped Cover Letter (as per Section 2 PROPOSAL CONTENTS AND FORMS, Attachment 2A: Proposal Format of Cover Letter)

7) Price proposal is separate from Technical & Commercial proposal

8) Bidder shall provide Manufacturer’s valid latest edition of ISO9001 and API 5CT certificate in English version. Chrome tubing and accessories shall comply with API 5CRA. All tubular manufactured, threaded, marked and packaged should be in accordance with relevant API 5CRA or API 5CT.

9) Product Manufacturers and sole Agencies with authorization from Manufacturing Parties will be accepted. Sole Agencies should have authorization from Manufacturing Parties stamped by Iraqi Embassy located in the countries of manufacturing plants and provided to Company within maximum six (6) weeks after Bid Closing Date.

10) The Country of Origin shall be as per MOO / MOC directives (currently according to Standard Contracting and Procurement Procedures (SCPP), including Europe, Japan and North America). The definition of origin(s) can be specified as below:

  • Manufactured or assembled in origin(s);
  • Manufactured in non-origin(s) by OEM (Original Equipment Manufacturer) from origin(s);
  • Parts & components from origin(s) but assembled in non-origin(s) authorized by OEM from origin(s).

Bidders need to demonstrate that the equipment / material supplied from destinations other than their origin(s) meet the Original Equipment Manufacturer’s (OEM) specification and quality standards of the origin(s).

11) Bidder shall commit to satisfy the defined ‘DELIVERY REQUIREMENT’.

12) Bidder shall provide Ten (10) days (excluding traveling days) visit each time for Six (6) Company engineers to witness the manufacturing process and inspection. The visit of witness and inspection will be three times.

13) Bidders who have provided similar service record in Missan Oilfield and passed the Performance Evaluation are deemed qualified, and new bidders to Missan oilfield shall be considered qualified for this item.

ITT Section 1. Clause15.1

Bid bond: USD 1,300,000.00 (USD One Million Three Hundred Thousand only).

 

The Bid Bond must be presented to Company in a separated and sealed envelope and duly marked and stamped on outer envelope.

The original validity of the bid bond shall be the same as aforementioned Bid Validity Period in Clause 11.1.

 

Cash Bid Bond will not be accepted from a Chinese Bidder that does not have overseas Bank account.

Tenderers should be advised that Cheques ARE NO LONGER ACCEPTED as a Bid Bonds by Company.

ITT Section 2. Clause3.6

Joint bidding is NOT accepted by Company.

ITT Section 2. Clause2.7

Tenderers should strictly comply and follow Subcontracting requirements and conditions mentioned in this clause.

ITT Section 1. Clause 26.0

&

ITT Section 2. Clause 3.11

Company prohibits firmly and strictly Collusive Bidding and any kind of collusive behaviors that will be detected and confirmed by Company at its sole discretion.

 

  1. Tender Fee

 

Tender Fee Amount

USD 300

Tender Fee is required only for the bidder who decides to submit Tender Proposals, and the invoice shall be received at Contact Emails before submitting Tender Proposals. Failure to do so may lead to rejection. Payment can be cash or T/T to our financial department,

For T/T payment, Bidder must mention bidder name, tender number and title in the bank payment receipt, any receipt without bidder name, tender number and title will not be accepted.

Financial department (Contact information for Dubai office):

  • Contact person: Mr. Tamer Nawwar
  • E-mail: Tamer.Nawwar@cnoociraq.com
  • Tel: +971-50-3245664
  • Address: Room 3100, 7WB, Dubai Airport Free Zone, Dubai, U.A.E

Financial department (Contact information for Iraqi Office):

  • Contact person: Mr. Qassim Wajid Hashim / Mr. Ali Kareem
  • Tel: +9647805492468 (Mr. Qassim Wajid Hashim), +9647805200901 (Mr. Ali Kareem)
  • E-mail: Qassimwajid@cmitfod.com / Alikareem@cmitfod.com
  • Address: CNOOC Buzurgan camp, Missan

3. This announcement is made both in English and in Arabic, if there is any discrepancy, the English version shall prevail.