Top
Online Service
Hello, welcome to AT Oil and Gas Development Mall ! To provide you with better service, please login in
Sign in
Join for free

Welcome to AT Oil and Gas Development Mall !

CMIT-PRT-10.30-220102 Tender Announcement

2023-08-27

Views:206

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 Completion Tools and Associated Service Purchase Tender Number CMIT-PRT-10.30-220102 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%2F220102%2520-%2520ITT%2520for%2520Completion%2520Tools%2520And%2520Associated%2520Service%2520Purchase&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 following focal points; ex_badreddin@cnoociraq.com; badreddinelarafi@cmitfod.com; ex_chafikben@cnoociraq.com; chafikbenlamri@cmitfod.com; rafkhat@cmitfod.com; ex_rafkhat@cnoociraq.com who shall then provide Bidders with the “Password” 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 24 September 2023. ITT Section 1. Clause 4.2 The bid document purchase receipt must be received by emails to Mr. Badreddine Larafi, Mr. Chafik, Mr. Rafkhat Rakhmetov (“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. Badreddine Larafi, Mr. Chafik, Mr. Rafkhat Rakhmetov. Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields. Tel: +964 782 880 3687/+964 781 080 8814/ +964 782 50 60675 ITT Section 1. Clause 11.1 Tenderer’s bid Proposal shall be irrevocable for a period three hundred (300) 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) Bidder shall provide valid 1S09001, ISO 14001 and OHSAS 18001(or ISO 45001) certificates in English Model or the same effect certificates within the valid period. 9) Product Manufacturer shall provide valid certificates of API 11D1 (Specification for Packers and Bridge Plugs), API 14A (Specification for Subsurface Safety Valve Equipment), API 19AC (Specification for Completion accessories) in the technical proposal, or the same effect certificates within the valid period. 10) Bidders should provide to Company the Certificate of Origin which shall be stamped by the Iraqi embassy before leaving the origin countries. The Country of Origin shall be as per MOO / MOC directives (currently including Europe, Japan and North America). All downhole material of this project should be 13Cr. The definition of origin(s) can be specified as below: Manufactured or assembled in origin(s); Manufactured in non-origin(s) by OEM (Original Equipment Manufacturer) from origin(s); Parts & components from origin(s) but assembled in non-origin(s) authorized by OEM from origin(s). Bidders need to demonstrate that the equipment / material supplied from destinations other than their origin(s) meet the Original Equipment Manufacturer’s (OEM) specification and quality standards of the origin(s). 11) Sole Agencies with authorization from Manufacturing Parties will be accepted. Sole Agencies should have authorization from Manufacturing Parties stamped by Iraqi Embassy located In the countries of manufacturing plants and provided to Company within maximum Six (6) weeks after Bid Closing Date. 12) Bidder shall quote all the items of Material Supply and associated service. Bidder with partial quotation will be disqualified. 13) Bidder shall commit to construct Work Shop in MISSAN Oilfields of Iraq within maximum six (6) months from the effective date of the contract to provide quick response to facilitate well-site operations. 14) Bidder shall commit to satisfy the defined 'DELIVERY REQUIREMENT'. 15) Bidder shall commit to fully meet with the defined 'INTERFACE AND RESPONSIBILITIES MATRIX BETWEEN COMPANY AND CONTRACTOR' in their Tendering Document. 16) Company reserves the right to update the premium thread types upon the actual thread types of tubing pipes which are on purchasing process. All of the supplied products to be provided with same Premium thread connections. Company will confirm the types of premium threads prior to signing Purchase Order with Contractors. ITT Section 1. Clause15.1 Bid bond: One Million USD (1,000,000 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 NO LONGER BE ACCEPTED as a Bid Bonds by Company. ITT Section 2. Clause3.6 Joint bidding is NOT accepted by Company. 2. 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.