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

Technical Modification and Optimization for Existing Facilities

Tender Number

CMIT-PRT-10.30-230105

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%2F230105-%2520ITT-Technical%2520Modification%2520and%2520Optimization%2520for%2520Existing%2520Facilities&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 (aiten@cmitfod.com; ex_aiten@cnoociraq.com; Ahmadkinan@cmitfod.com; ex_ahmadkina@cnoociraq.com; ex_mohamed.m@cnoociraq.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.

 

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 21, 2024.

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to aiten@cmitfod.com; ex_aiten@cnoociraq.com; Ahmadkinan@cmitfod.com; ex_ahmadkina@cnoociraq.com; ex_mohamed.m@cnoociraq.com; 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. Aiten Buranov, Mr. Kinan Al-jajeh, Mr. Mohamed Diab; Mr. Mohamed Fethi Merakeb

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

Tel: +964 (0) 7801892492, +964 (0) 781239045, +964-7825060775, +964-7810601649

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period of two hundred forty (240) 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 must provide Quality Management System Certification ISO9001, Environmental Management Systems Certification ISO14001, Occupational Health and Safety Management System (OHSMS) Certification OHSAS18001/ISO45001.

9) The bidder must have EPC qualifications in the oil and gas industry and provide supporting documents in English edition. (Petrochemical Engineering Construction Contract Certificate or any similar certificates).

10)The bidder must have design qualifications in the oil and gas industry and provide supporting documents in English edition. (Engineering Design Qualification Certificate or any similar certificates)

11) The bidder must have pressure pipe and vessel installation, maintenance and modification qualifications and provide supporting documents in English edition. (Pressure Pipe and Vessel Maintenance and Modification License or any similar certificates).

12) The bidder should have more than 7 years’ experience of EPC projects in the oil and gas industry, at least One EPC contract in Iraq, Middle East and provide supporting documents in English edition.

13)The bidder should have sufficient professional staff for EPC project, including but not limited to pump installation and maintenance, pipeline welding and inspection etc. and provide supporting documents in English edition.

 

14)The bidder should provide similar or related contracts achievements in the past 3 years which single value is more than 1.5 million US dollars and cumulative value of signed contracts are more than 3.3 million US dollars, provide supporting documents in English edition.

15)The bidder should provide at least One procurement contract of centrifugal pumps which is more than 1 million US dollars in the past 3 years and provide supporting documents in English edition.

Support documents for above requirement shall be provided in bidding document

ITT Section 1. Clause15.1

Bid bond: US$ 75,000.00 (US Dollars Seventy-Five 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

US$ 100

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.