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

70MW Photovoltaic Power Station And 30MWh BESS Project

Tender Number

CMIT-PRT-10.30-260014

Tender Announcement

Website

ITT package is available on the COIBID website (https://coibid.com) .

 

Bidder must be registered on this website, if not yet registered so Bidder must click on the tab “Supplier User- Registration” to start registration. Once completing the registration application, please send email to prtinfo@cmitfod.com to validate the registration. Note: During the registration application, please input either the project number or the mention “CNOOC Iraq Limited project” in target project.

 

Bulletins during the tender period will be uploaded inside the COIBID website.

 

Tender Contact Emails:

abderrahmanezanoun@cmitfod.com

mohamedalhassan@cmitfod.com;

mohamedfethi.m@cmitfod.com ex_mohamed.m@cnoociraq.com

Ahmadkinan@cmitfod.com

hariindradi1@cmitfod.com

kamalait@cmitfod.com 

 

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 June 3, 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

Bid Proposals must be submitted only ONLINE on the COIBID Website.

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 properly submitted.
  • 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.
  • 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.
  • The BIDDER shall have successfully completed at least three (3) photovoltaic EPC projects within the past seven (7) years, with a total cumulative DC peak capacity of 100 MW or above, including at least one (1) project with a DC peak capacity of 70 MW or above. Meanwhile, the BIDDER shall have signed similar photovoltaic EPC projects in the last seven (7) years, with at least one (1) contract valued at no less than 51 million USD and a total cumulative contracts value of no less than 70 million USD.
  • The BIDDER shall have successfully completed at least one (1) Battery Energy Storage Systems (BESS) project within the past seven (7) years, with at least one capacity of 15 MWh or above, and with cumulative capacity of 30 MWh or above.
  • The BIDDER shall have at least one (1) direct Contract or Purchase Order (P.O.) with a value of no less than 3 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).

Note: The BIDDER shall submit valid supporting contract documents for each EPC project listed, such as the Contract Cover Page, Scope of Work, 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.

ITT Section 1. Clause15.1

Bid bond: US$ 1,428,000.00 (One Million Four Hundred Twenty-Eight Thousand US Dollars).

 

  • For Letter of Guarantees; the Original Bid Bond must be submitted to Company in a sealed envelope and duly marked and stamped on outer envelope, to the Company office in Iraq: Address: Rooms 239/238, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.

 

  • For other Bid bond types (TT, Swift, Cash); the justification documents can be uploaded on the COIBID Website.

 

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