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

Missan Oilfield Existing Firefighting System Upgrade Project

Tender Number

CMIT-PRT-10.30-260005

Tender Announcement

Website

ITT package is published through the following mentioned link:

 

https://www.cnoociraq.com/share/s/uaN0fLLLSqyH9nv7_p0dsQ

   

All Bulletins during the tender period will be published on the website.

 

  1. Some of the ITT documents have been encrypted for confidentiality reasons, thus; interested Bidders are kindly requested to send the Bid Acknowledgement Form (included in Section 1 of the ITT documents) by email to the following focal points (“Tender Contacts”) MohamedFethi.m@cmitfod.com; hariindradi1@cmitfod.com; kamalait@cmitfod.com; ahmadkinan@cmitfod.com; ex_badreddin@cnooc.com.cn; ex_chafikben@cnooc.com.cn who shall guide them on the next steps on how to access the ITT documents.

 

IMPORTANT:

Bidder MUST be registered on Buy Intelligent and Digitalization System, if not yet registered so Bidder MUST enter https:// www.coibid.comClick on the tab “Supplier User- Registration” to start registration, once completing the registration process send email to prtinfo@cmitfod.com to validate the registration.

 

Note: During the registration, please input either the project number or the mention “CNOOC Iraq Limited project” in target project.

 

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 24, 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: Mohamed Fethi Merakeb , Hari Indradi , Kamal AITOUDHIA , Ahmad Kinan, BB, CB (“Tender Contacts”)

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 360 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 with stamp or wax.
  • Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).
  • Bid Bond submission & Performance Bond commitment
  • 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.
  • No significant deviation on ITT requirements.
  • Bidder's Financial Health: Meeting Company’s minimum requirement.
  • Bid Proposal Signed by Bidder’s Legal Representative(s) or Authorized Representative(s)
  • 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.
  • The Bidder or Bidder Sub-contractor with regard to the Design / Engineering scope, Engineering Company must have extensive experience in Oil and Gas Production Facilities with valid supporting documents and provide Engineering Company profile with supporting documents, the bidder must provide the contract agreement with the Design Company such as Memorandum of Understanding (MOU) or signed Technical Service Agreement (TSA) or Authorization Letter.
  • The Bidder must have Experience in EPCC Projects, containing the Work Scope of Firefighting System for Oil and/or Gas Production Facilities (Crude Oil Treatment Plant, and/or Gas Treatment Plant, and/or Degassing Stations, and/or Central Process Facilities, and/or Oil or Gas product storage tank Facilities in the past Seven years (Contracts signed from Y2019 to Y2025) supported by all valid proving documents.
  • The BIDDER should have experience in EPC projects for Oil and/or Gas Production Facilities, (Crude Oil Treatment Plant, and/or Gas Treatment Plant, and/or Degassing Stations, and/or Central Process Facilities, and/or Oil or Gas product storage tank Facilities with a total cumulative contract value of no less than 25 million USD in the past seven years (Contracts signed from Y2019 to Y2025) supported by all valid supporting documents
  • The BIDDER shall have at least one EPC contract for Oil and/or Gas Production Facilities, (Crude Oil Treatment Plant, and/or Gas Treatment Plant, and/or Degassing Stations, and/or Central Process Facilities, and/or Oil or Gas product storage tank Facilities) with a value of no less than 14 million USD in the past Seven years (Contracts signed from Y2019 to Y2025) supported by all valid proving documents.
  • The BIDDER shall have at least one Direct Contract or Purchase Order (PO) with a value of no less than 2 million USD for the procurement (equipment or materials) for Oil and/or Gas Production Facilities, (Crude Oil Treatment Plant, and/or Gas Treatment Plant, and/or Degassing Stations, and/or Central Process Facilities, and/or Oil or Gas product storage tank Facilities) in the past Seven years ( Y2019 to Y2025) between bidder and vendor with all valid supporting documents showing the procurement process such as Contract or Purchase Order (PO) document, Logistics Documents, Packing List, Custom Clearance (if applicable) etc.
  • CONTRACTOR's past performance evaluation in Missan Oilfield, only bidders with qualified performance record and new bidders to Missan Oilfield shall be considered qualified.

Notes:

  • All necessary and valid supporting documents shall be submitted to prove bidder compliance to the above-mentioned evaluation items (Including Contract Cover Page, Signature Page, Total Amount, Completion Support Documents, etc.).
  • The supportive contracts must be signed within the time frame between 7 (seven) years before the bidding announcement date.
  • Signed Contract for each EPC project is mandatory, and the experience and value of the contract signed by the consortium is not considered valid.
  • For key items 2 and 3, bidder shall have at least one EPCC contract containing the required scope during the past seven years from 2019 to 2025. For the design scope, bidder shall provide the required documents as clearly mentioned in key item 2.

ITT Section 1. Clause15.1

Bid bond: USD 400 000, 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. Clause3.5

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.

 

  1. 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