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

ACID AND HYDRAULIC FRACTURING, NEW STIMULATION TEHNOLOGY SERVICE

Tender Number

CMIT-PRT-10.30-200033

Tender Announcement

Website

ITT documents and all Bulletins during the tender period will be published on the following website:

http://www.cnoociraq.com/share/page/site/BiddingDoc/documentlibrary#filter=path%7C/200033%2520%25u2013%2520ITT%2520for%2520ACID%2520AND%2520HYDRAULIC%2520FRACTURING%252C%2520NEW%2520STIMULATION%2520TEHNOLOGY%2520SERVICE&page=1

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 7, 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 Benlamri; Mr. Badreddine Larafi

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)      Bidders or manufacturers shall have ISO9001, ISO14001, and OHSAS18001 (or ISO45001) valid certificates in English model.

9)      Bidder shall provide API 11D1 (Specification for Packers and Bridge Plugs) valid certificate in English model.

10)    Bidders shall comply with the instruction from Ministry of Oil of Iraq with regard to Country of Origin for Key Equipment in General for Oil & Gas Industry.

11)    Sole Agency of manufacturers or services providers shall provide authorization letter legalized by Iraqi Embassy in the country of manufacturer.

12)    Bidders shall submit the alike or similar case histories justifying having experience during the past three (3) years with regards to Acid-Fracturing, Hydraulic-Fracturing, Sand Control and/or downhole Corrosion Prevention and Scale/Paraffin Removal.

13)    Bidders shall propose its computer software, techniques, equipment, tools and service personnel which will be utilized for the implementation of Acid-Fracturing and/or Hydraulic-Fracturing.

14)    With regards to material supply and service for acid-fracturing Bidders shall submit Feasibility Study Reports and Basic Designs for Four (4) example wells (FQCS-50H, FQCN-26, FQCN-39 and FQCN-61H) upon data of geo-physics, petro-physics, reservoirs and well structure diagrams provided by Company.

15)    With regards to material supply and service for hydraulic-fracturing Bidders shall submit Feasibility Study Reports and Basic Designs for Two (2) example wells (AGCS-59H, BUCS-85H) upon data of geo-physics, petro-physics, reservoirs and well structure diagrams provided by Company.

16)    Bidders shall have work base in Iraq or promise to construct work base in Iraq within Six (6) months as of contract effective date for quick response to facilitate well-site operation

17)    The service tools and service crews shall be arrived at designated well-site within Five (5) days since from the issuing date of Notification of Mobilization.

18)    Bidders shall provide its own HSE program and QA/QC procedure within bidding document.

19)   Bidders shall promise to fully meet with the defined “Matrix of Responsibilities” specified in Section 3 of Tendering Document.

ITT Section 1. Clause15.1

Bid bond: USD 250,000 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.