1. TENDER DATA SHEET (TDS):

Tender Title

Technical Personnel Service

Tender Number

CMIT-PRT-10.30-250072

Tender Announcement

Website

ITT package is published through the following mentioned link:

https://www.cnoociraq.com/share/s/c8tZSr1mTwmicobHjA-z0w

Bulletin No. 1
https://www.cnoociraq.com/share/s/8fEkvIDnRg6blsgv2442pg 

Bulletin No. 2
https://www.cnoociraq.com/share/s/vh1LllOlTg2dykUbBvM0UA

Bulletin No. 3
https://www.cnoociraq.com/share/s/dFfTW8wiRkqRNJ9W8LhU8Q

 

All Bulletins during the tender period will be published on the website.

 

  1. Some of the ITT documents have been encrypted for confidentiality reasons, thus; interested Bidders are kindly requested to send an email to the following focal points (“Tender Contacts”) who shall guide them on the next steps on how to access the ITT documents:

abderrahmanezanoun@cmitfod.com
waqarhussain@cmitfod.com
mohamedali@cmitfod.com

 

With copies to:

ex_abderrahm@cnoociraq.com
ex_waqar.h@cnoociraq.com
ex_mohamed.a@cnoociraq.com
ex_badreddin@cnoociraq.com
ex_badreddin@cnoociraq.com

 

IMPORTANT:

Bidder MUST be registered on Buy Intelligent and Digitalization System, if not yet registered so Bidder MUST enter https:// www.coibid.comClick on the tab “Supplier User- Registration” to start registration, once completing the registration process send email to prtinfo@cmitfod.com to validate the registration.

 

Note: During the registration, please input either the project number or the mention “CNOOC Iraq Limited project” in target project.

 

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 November 19, 2025

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

SEALED PACKAGE DELIVERY: Original Bid Proposals must be delivered to Iraqi Office

Attention: Mr. Abderrahmane. Z, Mr. Waqar, Mr. Mohamed Ali, Mr. Badreddine. L

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

Tel: +964 781 398 1554, +964 7828810446 , +9647828800342, +964 781 080 8814,

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period 360 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 with stamp or wax.
  4. Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).
  5. Bid Bond submission & Performance Bond commitment
  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. No significant deviation on ITT requirements.
  9. Bidder's Financial Health: Meeting Company’s minimum requirement.
  10. Bid Proposal Signed by Bidder’s Legal Representative(s) or Authorized Representative(s)
  11. The Bidder shall provide valid ISO 9001, ISO14001 certificates and ISO 45001 certificates with English versions belonging to bidder itself.
  12. The Bidder must submit supporting documents to justify minimum five (5) years experience that has provided workover and completion supervisor personnel services. Supporting documents submitted by bidder shall include cover page, signature page, scope of work page, contact person information. The original service contracts submitted by the bidder in non-English language shall be translated into English one by one. The translated copy shall be stamped by Bidder.
  13. The Bidder shall provide commitment letter confirming that security escort, transportation and medical for personnel rotation between Mobilization/ Demobilization location and Bidder Camp.
  14. The bidder shall provide a commitment letter confirming they have the ability to provide competent personnel for all required positions. Excluding local employees, bidder shall submit thirty-eight (38) CVs of proposed technical personnel covering the required number of personnel for each of 15 kinds of positions. Bidder shall submit the first/front page, signature page, and the page containing the validity period of the Employment Contract stamped or signed between Bidder and employee for all international candidates. The original service contracts submitted by the bidder in non-English language shall be translated into English one by one. The translated copy shall be stamped by Bidder.
  15. Bidders shall commit to fully meet with the “RESPONSIBILITIES MATRIX” in the ITT document.
  16. Bidder shall provide commitment letter confirming that International Technical Personnel (including local personnel who live outside Missan) are accommodated near the Company’s worksite within Missan Oilfield, so as to ensure their timely arrival and departure from workplace.
  17. 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.
  18. The Bidder shall provide commitment letter confirming to train local employees 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.

ITT Section 1. Clause15.1

Bid bond: 500,000.00 USD (Half Million US Dollar), 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. Clause3.5

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 3.9

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

There will be no charge for obtaining the tender documents.

 

Financial department (Contact information for Dubai office):

  • Contact person: Mr. Tamer Nawwar
  • E-mail: 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