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

PMC Personnel Services for FCD

Tender Number

CMIT-PRT-10.30-230070

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%2F230070%2520ITT%2520for%2520PMC%2520Personnel%2520Services%2520for%2520FCD%7C&page=1  

User name: contractor

Password: contractor

 

P.S 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:

[ex_mohamed.m@cnoociraq.com / mohamedfethi.m@cmitfod.com / mohammed.d@cnoociraq.com]

who shall then provide Bidders with the “Password”

 

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 September 5, 2023

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to

1- Mr. Mohamed Fethi Merakeb (ex_mohamed.m@cnoociraq.com  & mohamedfethi.m@cmitfod.com)

2- Mr. Mohamed Diab (mohammed.d@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. Mohamed Fethi Merakeb / Mr. Mohamed Diab

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:

  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. 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. ISO certificate shall be issued by any valid certification agency accredited by: any national accreditation body, or any accreditation body members under the IAF Multilateral Recognition Arrangement.
  9. The bidder's cumulative contract value for PMC services from Y2018 to Y2022 shall be a minimum of 20 million USD in oil and gas industry, of which including at least one contract amount not less than 6 million USD. Alternatively, a cumulative contract value lower than 20 million USD within a margin of 5% will be considered acceptable. The supporting documents showing contract date/value and service period should be provided.
  10. The bidder shall have at least five years management experience of EPC project. The supporting documents should be provided.

ITT Section 1. Clause15.1

Bid bond: US$ 836,000.00 (Eight Hundred Thirty-Six Thousand Dollars) 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 NO LONGER BE ACCEPTED as a Bid Bonds by Company.

ITT Section 2. Clause3.6

Joint bidding is NOT accepted by Company.

 

2. 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):

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.