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

EPC for Water Injection Pipeline and Source Water Pipeline (Phase III)

Tender Number

CMIT-PRT-10.30-230086

Tender Announcement

Website

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

 https://www.cnoociraq.com/share/page/site/BiddingDoc/documentlibrary#filter=path%7C%2F230086%2520-%2520ITT%2520for%2520EPC%2520for%2520Water%2520Injection%2520Pipeline%2520and%2520Source%2520Water%2520Pipeline%2520%2528Phase%2520III%2529&page=1    

 

Username: contractor

Password: contractor

PS. Some of the ITT documents have been encrypted for confidentiality reasons, thus; Bidders are kindly requested to send by email the Bid Acknowledgement to the following focal points:

[mohammed.d@cnoociraq.com / ex_mohamed.m@cnoociraq.com / mohamedfethi.m@cmitfod.com]   

who shall then provide Bidders with the “Password”

 

The user name and password for access ITT are prohibited to change by Tenderer.

 

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 February 6, 2024.

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to

(“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. Mohamed Fethi Merakeb / Mr. Mohamed Diab

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

Tel: +964-7825060775 / +964-7810601649

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:

  • Scope of Business must be related to the scope of work of the tender.
  • Legal Entity and Qualification of Bidder
  • Bid proposals are in properly sealed condition
  • Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).
  • Bid Bond submission.
  • 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.
  • The BIDDER shall have valid English version ISO certificates ISO 9001, ISO 14001 and ISO 45001 or (OHSAS 18001)). Equivalent Certificates from Parent Company or Same Group are not acceptable. ISO certificate shall be issued by a valid certification agency accredited by any accreditation body members under the IAF Multilateral Recognition Arrangement.
  • The BIDDER shall have similar Experience in EPC Projects for pipelines or process facilities in Oil and Gas Industry, with total cumulative contracts value no less than 49 million USD in the last six years (Contracts signed from Y2017 to Y2022).
  • The BIDDER shall have at least one contract value more than 20 million USD in EPC Projects for pipelines or process facilities in Oil and Gas Industry in the last five years (Contracts signed from Y2018 to Y2022).
  • The BIDDER shall have at least one Contract value or Purchase Order (P.O) of 3 million USD for the procurement contracts (equipment or materials) in the last five years (Contracts signed from Y2018 to Y2022) between bidder and supplier/vender with supporting document showing the procurement process such as the Request for Quotation (RFQ) document, Purchase Order (PO) document, etc...
  • The BIDDER shall have similar experience in high-pressure (design pressure no less than 15.0 MPa(g)) pipelines or process facilities design in Oil and Gas Industry.
  • The BIDDER shall have similar experience in high-pressure (design pressure no less than 15.0 MPa(g)) pipelines or process facilities construction in Oil and Gas Industry.
  • EPC Contractor’s past performance evaluation in Missan Oilfield, only bidders with good performance record and new bidders to Missan Oilfield shall be considered qualified.

Note: All necessary and valid supporting documents shall be submitted to prove bidder compliance to the above-mentioned evaluation items. (Including Contract Cover Page, Signature Page, Total Amount, Completion Support Documents, Drawing, Specification and Data sheet, etc.).

ITT Section 1. Clause15.1

Bid bond: US$ 945,000.00 (Nine Hundred Forty-Five Thousand US Dollars) 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 NO LONGER BE ACCEPTED as a Bid Bonds by Company.

ITT Section 2. Clause3.6

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 3.11

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

300 USD

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: Tamer.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.