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

Technical Personnel Service

Tender Number

CMIT-PRT-10.30-240003

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%2F240003%2520Technical%2520Personnel%2520Service&page=1

 

User name: 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 focal points [Tender Contact Emails mentioned below] 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 21st, 2024

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to abderrahmanezanoun@cmitfod.com; ex_abderrahm@cnoociraq.com /  ex_rafkhat.r@cnoociraq.com / rafkhat@cmitfod.com;

ex_badreddin@cnoociraq.com/ badreddinelarafi@cmitfod.com; ex_chafikben@cnoociraq.com;/ chafikbenlamri@cmitfod.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. Abderrahmane Zanoun, Mr. Rafkhat Rakhmetov, Mr. Chafik Benlamri, Mr. Badreddine Larafi

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

Tel:  +964 782 880 3687, +964 7813981554, +964 781 080 8814,  +9647825060675

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period of 240 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) The Bidder should provide valid ISO 9001, ISO14001 certificates and ISO 45001 certificates with English versions belong to bidder itself, not borrowed but solely owned by bidder and reject from sister or mother subsidiary.

9) The international Bidder must submit documentation justifying their supervisor’s experience of a minimum of five (5) years in relevant Completion and Workover operations. The documentation should serve as proof of the required experience

10) The Bidder shall provide commitment letter confirming that security escort, transportation and medical for personnel rotation between Mobilization/ Demobilization location and Bidder Camp.

11)Bidder shall have the capacity and ability to provide the Technical Service Personnel to meet the Skill and Responsibility Requirements for each position. Excluding local employees, the bidder shall submit at least fifty-seven (57) CVs of the proposed technical personnel covering all the positions as per the ITT technical package. The bidder shall submit the valid employment contract with the international employees no less than thirty-five (35) persons. 

12) Bidders shall commit to fully meet with the “RESPONSIBILITIES MATRIX” in the ITT document.

13) Bidder shall take full responsibility to achieve Company’s requirements, including mobilization notice and CV requirements at the same time without any delays.

14) The bidder shall provide justifications confirming to have a constructed work camp, or submit commitment letter to construct or rent it in Company’s work base within two (2) months from the contract effective date.

15) 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.

16) The Bidder shall provide commitment letter confirming to train local employee at a rate of no less than (70%) for a period of three months in the field site to develop the skills and also get necessary certificates for local employee and enhance job opportunities for them inside or outside of country (Iraq) free of charge.

17) The Bidder shall commit to provide ten (10) days (exclusive traveling days) technical workshop for Six (6) Company engineers outside of Iraq.

 

ITT Section 1. Clause15.1

Bid bond: 200,000.00 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. Clause3.6

Joint bidding is NOT accepted by Company.

ITT Section 2. Clause2.7

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

100 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.