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 |
Drilling Rig And Associated Services For New eleven (11) Wells |
Tender Number |
CMIT-PRT-10.30-210090 |
Tender Announcement Website |
ITT documents and all Bulletins during the tender period will be published on the following website: User name: contractor Password: contractor
The user name and password for access ITT are prohibited to change by Tenderer. |
Composition of Invitation to Tender (ITT) packages
|
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 January 07, 2022. |
ITT Section 1. Clause 4.2 |
The bid document purchase receipt must be received by emails to ex_chafikben@cnoociraq.com; ex_badreddin@cnoociraq.com; ex_rafkhat.r@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. Rafkhat Rakhmetov / Mr. Chafik Benlamri/ Mr. Badreddine Larafi Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields. Tel: +964 7828803687 /+964 782 506 0675 / +964 781 080 8814 |
ITT Section 1. Clause 11.1 |
Tenderer’s bid Proposal shall be irrevocable for a period 300 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) Bidder is required to propose all eleven (11) wells drilling rig and associated services as per lump sum mode. 9) The proposed rig quantity is required at least three (3) rigs with available time windows from bidder. The rig capacity is required no less than 2000HP for drilling Mishrif reservoir wells. The rig capacity is required no less than 1500HP for drilling Asmari reservoir wells. The rig(s) which is under manufacturing will be disqualified. 10) All required rigs shall complete mobilization and spud in within four (4)months from Contract effective date. Contractor shall ensure the mobilization duration of the drilling rigs can meet Company’ operation plan window. 11) The Bidder is required to propose all the associated services as required in ITT (Note: Sub-contractor shall be accepted). 12) The manufacture year of Proposed Rigs shall be no earlier than Y2007, or the rig manufacture year is later than Y2005, but it refreshed the main equipment in last two years. 13) The pressure of mud pumps is no less than 5000psi (or the capacity no less than 1600HP) and the quantity is no less than three (3) sets for each rig. 14) Bidder shall submit the Third-Party Inspection (TPI) certificates for rigs and the International Association of Drilling Contractors (IADC) certificate, otherwise, bidder shall promise to provide the certificates after contract award. The TPI company shall follow the requirements of Missan Oil Company and MoO. |
ITT Section 1. Clause15.1 |
Bid bond: US $ 700,000.00 (US Dollars Seven 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. |
ITT Section 2. Clause3.6 |
Joint bidding is NOT accepted by Company. |
2. Tender Fee
Tender Fee Amount |
100USD |
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: TamerNawwar@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. Hisham Abdulkareem
· Tel: +9647805492468 (Mr. Qassim Wajid Hashim), +9647827200099 (Mr. Hisham Abdulkareem)
· E-mail: Qassimwajid@cmitfod.com / HishamAbdulkareem@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.