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

64 ACTIVITIES OF COMPLETION AND ASSOCIATED SERVICES

Tender Number

CMIT-PRT-10.30-220100

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%2F220100%2520-%2520ITT%2520for%252064%2520Activities%2520of%2520Completion%2520and%2520Associated%2520Services%7C&page=1

 

User name: contractor

Password: contractor

 

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 29 May 2023

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.@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 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.

 

  • Bidder shall provide valid ISO9001, ISO14001, OHSAS18001 (or ISO 45001) and IADC Membership certificates with English model and the ISO certificates shall contain the certifying logo.

 

  • Each Bidder shall be capable to provide:
  • Minimum two (2) truck-mounted workover rigs with rig power≥750HP and well control system rated working pressure≥5000Psi, and Company have the right to increase the quantity of aforesaid equipment according to the workload.
  • The Manufacturing Date for workover rigs shall be later than January 1st of 2016, and for the workover rigs which were manufactured in Y2014 and Y2015, shall be refurbished in recent three (3) years.
  • Minimum one (1) set of truck-mounted stimulation equipment (including acidizing equipment, nitrogen equipment, coiled tubing equipment, flow-back equipment and waste treatment disposal equipment), and Company have the right to increase the quantity of aforesaid equipment according to the workload.
  • Minimum one (1) set of truck-mounted wire-line equipment, at least one (1) set of truck-mounted slick-line equipment, at least two (2) sets of filtration equipment, at least two (2) sets of tubular running equipment and at least one (1) set of truck-mounted cementing unit, and Company have the right to increase the quantity of aforesaid equipment according to the workload.
  • The Manufacturing Date for acidizing equipment, nitrogen equipment, coiled tubing equipment, flow-back equipment, waste treatment disposal equipment, filtration equipment, cementing unit, wireline equipment and slick line equipment shall be later than January 1st of 2014.
  • The Manufacturing Date of coiled tubing shall be later than January 1st of 2018.

 

  • Mobilization Plan:

Bidder shall provide all the service equipment and associated services within four (4) months from commencement date after Company issuing the Notification of Mobilization.

 

  • Tubular Handing Requirement:

 

  • Bidder shall provide TRS (tubular running service) system, which shall be equipped with stabbing–in guide and the torque monitoring and recording devices for the down-hole production tubing and other pipes with the sizes ranged in 2-3/8” OD - 7-5/8” OD.
  • The tubing tongs and elevators, slips and safety clamps shall be capable to handle with carbon steel and Corrosion-Resistant Alloy (CRA) 13Cr/25Cr material with Micro-grip or No-grip gripping system, and provide false rotaries for running 2-3/8” OD and 2-7/8” OD inner string.
  • The manufacturing date shall be later than Jan 1st, 2016 or refurbished after Y2020.

 

  • Bidder shall propose Deep Penetration Explosive Charges and Big Hole Explosive Charges for cased-hole perforating to meet ITT Requirement, and provide related service records.
  • Deep Penetration: penetration depth≥40” or 1000mm, hole diameter≥0.354” or 9.0mm, shot density≥5SPF or 16SPM.
  • Big Hole: hole diameter≥0.787” or 20.0mm, penetration depth≥11” or 280mm, shot density≥12SPF or 40SPM.

 

  • Bidders shall commit and confirm to fully meet the defined “RESPONSIBILITIES MATRIX” in ITT.

ITT Section 1. Clause15.1

Bid bond: One Million USD (1,000,000 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.

 

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.

 

  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: 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 / 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.