Tender Re-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 re-announcement:

 

  1. TENDER DATA SHEET (TDS):

Tender Title

X-mas Tree and Wellhead Purchase

Tender Number

CMIT-PRT-10.30-250045-1

Tender Announcement

Website

ITT package is published through the following mentioned link:

https://www.cnoociraq.com/share/s/obd9RehHQiWty7Q8apIwzA

 

Bulletin No. 1
https://www.cnoociraq.com/share/s/7IQc4fwDQGmZp85_Yo38Mw


B
ulletin No. 2
https://www.cnoociraq.com/share/s/ykU3NfXySxeFqTTHv_DMZw

 

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 an email to the following focal points (“Tender Contacts”) who shall guide them on the next steps on how to access the ITT documents:

abderrahmanezanoun@cmitfod.com

mohamedalhassan@cmitfod.com

waqarhussain@cmitfod.com

mohamedali@cmitfod.com

With copies to:

ex_abderrahm@cnoociraq.com;

ex_waqar.h@cnoociraq.com;

ex_mohamed.a@cnoociraq.com

ex_badreddin@cnoociraq.com;

 

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 November 26, 2025

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: Mr. Abderrahmane. Z, Mr. Mohamed Al Hassan, Mr. Waqar, Mr. Mohamed Ali, Mr. Badreddine. L

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

Tel: +964 781 398 1554, +964 7884960231,  +964 7828810446 , +9647828800342, +964 781 080 8814,

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:

  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. Bidder shall provide valid latest edition of ISO 9001, ISO 14001, ISO 45001/OHSAS 18001 certificate in English version. If Bidder is an agent of manufacturer, please also provide manufacturer’s valid certificates mentioned above. Bidder shall also provide Manufacturer’s valid API 6A in English version.
  12. Bidders shall provide a signed and stamped letter committing to provide Company with the Certificate of Origin which shall be stamped by the Iraqi embassy before equipment leaving the origin countries, provided that this material is not manufactured in Iraq. As per SCPP (Standard Contracting Procurement Procedure), the Country of Origin shall be as per MOO / MOC directives (currently including Europe, Japan and North America). The definition of origin(s) can be specified as below:

a)         Manufactured or assembled in origin(s);

b)         Manufactured in non-origin(s) by OEM (Original Equipment Manufacturer) from origin(s);

c)         Parts & components from origin(s) but assembled in non-origin(s) authorized by OEM from origin(s).

Bidder shall provide the Guaranty letter issued and stamped by manufacture parent company to demonstrate that the equipment/material supplied from destinations other than their origin(s) meet the Original Equipment Manufacturer’s (OEM) specification and quality standards of the origin(s).

13. Sole Agencies shall have authorization from Manufacturing Parties stamped by Iraqi Embassy located in the countries of manufacturing plants and provide to Company within maximum Two (2) weeks after Bid Closing Date, Bidder shall provide authorization letter in English version.

Notes:

-           The manufacturer shall be registered and qualified with the MOO or MOC, the latest version of the approved vendor list during the bid evaluation period shall prevail.

-           If the bidder has previously submitted a Sole Agency Letter, stamped by the Iraqi Embassy, for the first round of this project (CMIT-PRT-10.30-250045), and provides a manufacturer's letter confirming that the same authorization remains valid for this project and meets the Company's requirements, the bidder shall be deemed qualified for this item.

 14. Bidder shall submit the technical specifications for all items in Part 3.1 and 3.2 of Section 3 of ITT. Bidder who submits technical specifications for partial items will be rejected.

15. Technical requirement of following equipment:

         Tubing Spool: 11"5M × 13 5/8"5M, U, FF, PSL2, PR2;

         Tubing Hanger: 11"× 4 1/2"5M, U, FF, PSL2, PR2;

         X-mas Tree: 11"× 4 1/16"5 M, U, FF, PSL2, PR2;

         Tubing Spool: 11"5M × 11"5M, U, FF, PSL2, PR2;

         Tubing Hanger: 11"× 3 1/2"5M, U, FF, PSL2, PR2;

         X-mas Tree: 11"× 3 1/8"5M, U, FF, PSL2, PR2.

16. The proposed delivery schedule for all items listed in Part 3.1 and 3.2 of Section 3 of ITT shall comply with the requirements specified in Section 3 of ITT.

17. Bidders shall provide a formal signed and stamped letter committing to fully meet with the “RESPONSIBILITIES MATRIX” in the ITT document.

18. Contract Performance Evaluation, Bidders who have provided similar service record in Missan Oilfield and passed the performance evaluation is deemed qualified, and new bidders to Missan oilfield shall be considered qualified for this item.

ITT Section 1. Clause15.1

Bid bond: 350,000.00 USD, 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