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:
- TENDER DATA SHEET (TDS):
|
Tender Title |
Power Plant Fuel System Upgrading Project |
|
Tender Number |
CMIT-PRT-10.30-250085 |
|
Tender Announcement Website |
ITT package is published through the following mentioned link:
https://www.cnoociraq.com/share/s/KAG5SFPdQl68w6h1874FPg Bulletin No.1 https://www.cnoociraq.com/share/s/OfkDdQexRIGkKbEo2jfjAg
All Bulletins during the tender period will be published on the website.
ZulfiqarAli@cmitfod.com / aiten@cmitfod.com / Ahmadkinan@cmitfod.com / hariindradi1@cmitfod.com / kamalait@cmitfod.com / MohamedFethi.M@cmitfod.com who shall guide them on the next steps on how to access the ITT documents.
IMPORTANT: Bidder MUST be registered on the Buy Intelligent and Digitalization System. If not yet registered, please follow these steps:
Note: During registration, please input either the project number or mention “CNOOC Iraq Limited project” in the Target Project field. |
|
|
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 16:00pm (Baghdad Time), on or before Feb 7, 2026 |
|
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 |
SEALED PACKAGE DELIVERY: Original Bid Proposals must be delivered to Iraqi Office Attention: Zulfiqar Ali / Aiten Buranov / Ahmad Kinan / Hari Indradi / Kamal Ait Oudhia / Mohamed Fethi Merakeb Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields. |
|
ITT Section 1. Clause 11.1 |
Tenderer’s bid Proposal shall be irrevocable for a period of three hundred sixty (360) 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 with stamp or wax. 4) Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1). 5) Bid Bond submission & Performance Bond commitment 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) No significant deviation on ITT requirements. 9) Bidder's Financial Health: Meeting Company’s minimum requirement. 10) Bid Proposal Signed by Bidder’s Legal Representative(s) or Authorized Representative(s) 11) The Bidder shall provide valid English version ISO 9001, ISO 14001, and ISO 45001 certificates issued in the name of the bidding entity. Certificates from a Parent Company or same Group are not acceptable. Certificates must be issued by a certification agency accredited by any IAF Multilateral Recognition Arrangement (MLA) member body, and their validity shall be verifiable on the official website of the certification or accreditation body. 12) Based on the performance evaluation of Contractors in Missan Oilfield, bidders who have demonstrated qualified performance records in previous projects, and new bidders without prior performance history in Missan Oilfield, shall be deemed eligible for participation. 13) The Bidder shall have executed EPC projects that included fuel gas treatment systems or similar. The total cumulative contract value shall be no less than 14 million USD, executed within the past seven (7) years prior to the bidding announcement date. The Bidder shall submit valid supporting contract documents for each EPC project listed, such as the Contract Cover Page, Signature Page, Contract Amount, and Completion Certificates. All supporting contracts shall be signed within the same seven (7) years period. Consortium projects, material procurement, construction-only, and subcontracting contracts shall not be accepted as valid experience or contract value. 14) The Bidder shall have executed EPC projects that included fuel gas treatment systems or similar. The Bidder shall have at least one individual contract no less than 12 million USD within the past seven (7) years prior to the bidding announcement date. The Bidder shall submit valid supporting contract documents for each EPC project listed, such as the Contract Cover Page, Signature Page, Contract Amount, and Completion Certificates. All supporting contracts shall be signed within the same seven (7) years period. Consortium projects, material procurement, construction-only, and subcontracting contracts shall not be accepted as valid experience or contract value. 15) The Bidder shall have at least one (1) direct Contract or Purchase Order (P.O.) with a value of no less than 1.7 million USD within the past seven (7) years prior to the bidding announcement date, between the Bidder (as the purchaser) and the Vendor (as the supplier). Supporting documents shall be provided such as the Contract or Purchase Order (Cover Page, Signature Page, Total Amount, etc.), Delivery Note (if applicable), Customs Clearance Documents (if applicable). |
|
ITT Section 1. Clause15.1 |
Bid bond: US$ 300,000 (US Dollar Three Hundred 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. Clause 3.5 |
Joint bidding is NOT accepted by Company. |
|
ITT Section 2. Clause 2.7 |
Tenderers should strictly comply and follow Subcontracting requirements and conditions mentioned in this clause. |
|
ITT Section 1. Clause 26.0 & ITT Section 2. Clause 3.9 |
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. |
- Tender Fee
|
Tender Fee Amount |
There will be no charge for obtaining the tender documents. |
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 / 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