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

Water Injection Station Expansion Project

Tender Number

CMIT-PRT-10.30-220110

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%2F220110%2520%2520ITT%2520Water%2520Injection%2520Station%2520Expansion%2520Project&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 January 9th, 2023.

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to / MohamedDiab@cnoociraq.com / ex_mohamed.m@cnooc.com.cn (“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. Mohamed Diab / Mr. Mohamed Fethi Merakeb

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

Tel: +964-7825060775 / +964-7810601649

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:

  • Scope of Business must be related to the scope of work of the tender.
  • Legal Entity and Qualification of Bidder
  • Bid proposals are in properly sealed condition
  • Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).
  • Bid Bond submission
  • Signed & Stamped Cover Letter (as per Section 2 PROPOSAL CONTENTS AND FORMS, Attachment 2A: Proposal Format of Cover Letter)
  • Price proposal is separate from Technical & Commercial proposal
  • The BIDDER shall have valid certificates including ISO 9001, ISO 14001 and OHSAS 18001 (or ISO 45001) of English version. Certificates from Parent Company or Same Group are not acceptable.
  • The BIDDER shall have the EPC experience of Oil, GAS or Water Injection Station, in past five years (Y2017 to Y2021) with valid supporting documents & The BIDDER’s accumulated Contract amount in past five years (Y2017 to Y2021) for Oil & Gas Industry shall be no less than 50 million USD value with valid supporting documents and reference contact person.
  • The BIDDER or BIDDER’s sub-contractor shall have a similar experience of high-pressure (no less than 15.0 MPa(g)) piping system design in Oil & Gas Industry with valid supporting documents.
  • The BIDDER or BIDDER’s sub-contractor shall have a similar experience of high-pressure (no less than 15.0 MPa(g)) piping system construction in Oil & Gas Industry with valid supporting documents.
  • The BIDDER shall have more than 30 million USD value for single EPC oil and Gas contract in past five years (Y2017 to Y2021) with valid supporting document and reference contact person.
  • The BIDDER shall have at least 2 million USD amount for one single procurement contract of equipment or materials in past 5 years (Y2017 to Y2021) with valid supporting documents.
  • Contractor’s past performance evaluation in Missan Oilfield, only bidders with good performance record and new bidders to Missan Oilfield shall be considered qualified.

ITT Section 1. Clause15.1

Bid bond: US$ 470,000 (US Dollars Four Hundred Seventy Thousands 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.

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 Iraq 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.