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

DRILLING RIG AND ASSOCIATED SERVICES FOR 13 WELLS IN Y2023

Tender Number

CMIT-PRT-10.30-220071

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%2F220071%2520-%2520DRILLING%2520RIG%2520AND%2520ASSOCIATED%2520SERVICES%2520FOR%252013%2520WELLS%2520IN%2520Y2023&page=1

 

User name: contractor

Password: contractor

 

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

Composition of Invitation to Tender (ITT) packages

 

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 06 October 2022.

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to

ex_badreddin@cnoociraq.com; badreddinelarafi@cmitfod.com;

ex_chafikben@cnoociraq.com; chafikbenlamri@cmitfod.com;

ex_rafkhat.r@cnoociraq.com; Rafkhat@cmitfod.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. Badreddine Larafi, Mr. Chafik Benlamri, Mr. Rafkhat Rakhmetov

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

Tel: +964 781 080 8814/ +964 782 880 3687/ +964 782 50 60675

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period three hundred (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 is required to propose all thirteen (13) wells drilling rig and associated services as per lump sum mode.

9)The proposed rig quantity required is at least four (4) rigs with available time windows from Contractor. The rig capacity is required no less than 2000HP for drilling wells. The rig(s) which is under manufacturing will be disqualified.

10)All required rigs inside of Iraq shall complete mobilization and spud-in within two (2) months from letter of awarding date. All required rigs outside of Iraq shall complete mobilization and spud-in within four (4) months from letter of awarding date. Contractor shall ensure the mobilization duration of the drilling rigs can meet Company's operation plan window.

11)The Bidder is required to propose all the associated services as required in ITT.

12)The manufacture year of Proposed Rigs shall be no earlier than Y2011.

13)The pressure of mud pumps is no less than 5000psi (or the capacity no less than 1600HP) and the quantity is no less than three (3) sets for each rig.

14)Bidder shall submit the Third-Party Inspection (TPI) certificates for rigs and the International Association of Drilling Contractors (IADC) certificate, otherwise, bidder shall provide an official commitment signed and stamped letter promising to provide the certificates after contract award. The TPI company shall follow the requirement of MOC and MoO.

ITT Section 1. Clause15.1

Bid bond: One Million Three Hundred Thousand US Dollars 1,300,000.00 USD 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.

ITT Section 2. Clause3.6

Joint bidding is NOT accepted by Company.

 

  1. Tender Fee

 

Tender Fee Amount

300 USD

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. Hisham Abdulkareem
  • Tel: +9647805492468 (Mr. Qassim Wajid Hashim), +9647827200099 (Mr. Hisham Abdulkareem)
  • E-mail: Qassimwajid@cmitfod.com / HishamAbdulkareem@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.