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 |
|
Tender Number |
CMIT-PRT-10.30-190198 |
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 May 17, 2020 |
ITT Section 1. Clause 4.2 |
The bid document purchase receipt must be received by emails to Mr. Chafik Benlamri (chafikbenlamri@cmitfod.com)/ Mr. Badreddine Larafi (badreddinelarafi@cmitfod.com ) on or before deadline. |
ITT Section 1. Clause 5 |
Clarification shall be via above Contact Emails |
ITT Section 1. Clause 10.2 |
Bid Proposals must be delivered to Iraqi Office Attention: Mr. Chafik; Mr. Badreddine Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields. Tel: 00861084527122 (with voice prompt) +7+6150 or 6384 |
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 (180 Days form Bid Closing Date) 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 shall provide valid ISO9001, ISO14001, OHSAS18001 (or ISO 45001) and IADC membership certificates with English model and the ISO certificates shall contain the certifying logo. 9) Bidder shall be capable to provide at least two (2) truck-mounted rigs (with rig power≥750HP), at least one (1) set of truck-mounted stimulation equipment (including acidizing equipment, nitrogen equipment, coil-tubing equipment, flow-back equipment and waste fluid disposal equipment), at least one (1) set of truck-mounted wire-line equipment, at least one (1) set of truck-mounted slick-line equipment, at least two (2) sets of filtration equipment, at least two (2) set of tubular running equipment and at least one(1) set of truck-mounted cementing unit. 10) Bidder shall be capable to provide workover rigs and associated services for well completion as specified in Item 5.1, Section 3 (Technical Requirements) of ITT. 11) Bidder shall confirm that, as of issuing date of contract, Contractor shall mobilize one (1) set of truck-mounted workover rig and associated rig crews, equipment, tools and materials into MISSAN Oilfields within four (4) months. According to the workload, as of issuing date of rig mobilization order Contractor shall mobilize one (1) set of truck-mounted workover rigs and associated rig crews, equipment, tools and materials into MISSAN Oilfields within four (4) months. 12) Bidder shall propose TRS (tubular running service) system for the down-hole production tubing pipes ranged in 2-3/8”OD – 7-5/8” OD. Considering the premium thread connections, Bidder shall propose related make-up torque monitoring system, such as jam system. The stabbing–in guide, the torque monitoring and recording devices shall be equipped for premium thread. The tubing tongs, elevators, slips and safety clamps shall be capable to handle with carbon steel and Corrosion-Resistant Alloy (CRA) material. Micro-grip/No-grip(etc. “True Grit”) gripping system shall be utilized when handling with 13Cr/25Cr steel material. Bidder shall also propose false rotaries run 2-3/8” OD and 2-7/8” OD inner string. 13) Bidder shall propose Deep Penetration Explosive Charges and Big Hole Explosive Charges for cased-hole perforating to match with Company’s requirement. 14) Bidders shall promise and confirm to fully meet with the defined “RESPONSIBILITIES MATRIX” specified in Article 4 of Section 3 (Technical Requirement) of ITT Documents |
ITT Section 1. Clause15.1 |
Bid bond: USD 1,990,000 The Bid Bond must be presented to Company in a separated and sealed envelope and duly marked and stamped on outer envelope. |
2. Tender Fee (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:
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
Iraq 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.