Tender Re-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

DRILLING TECHNICAL PERSONNEL SERVICE

Tender Number

CMIT-PRT-10.30-230068-1

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%2F230068-1%2520ITT%2520for%2520DRILLING%2509TECHNICAL%2520PERSONNEL%2520SERVICE&page=1

User name: contractor

Password: contractor

 

  1. 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 indicated in this TDS 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 25 September 2023

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to

ex_badreddin@cnoociraq.com; badreddinelarafi@cmitfod.com;

ex_chafikben@cnoociraq.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

AttentionMr. Badreddine, Mr. Chafik

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

Tel+964 781 080 8814/ +964 782 880 3687/ +964 782 50 60675

ITT Section 1. Clause 11.1

Tenderer’s bid Proposal shall be irrevocable for a period of two hundred forty (240) 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 provide justifications proving to have the experience at least 10 years overseas for supervisor service in drilling operation, with track of supervisor service relevant work, with certificates in English model. The bidder shall provide justifications confirming to have completed similar kind of projects worth minimum five (5) million USD in the past five (5) years.
  • Excluding local employee, the bidder should submit at least twenty-two (22) Curriculum Vitae (CV) of proposed personnel covered all the positions as per ITT requirement which shall have the professional with at least five (5) years' experience as well as the graduation certificates with English model only.
  • The bidder should provide valid ISO 9001, ISO14001 certificates and OHSAS 18001 or ISO 45001 certificate with English model belong to the bidder itself, not borrowed but solely owned by contractor and reject from sister or mother subsidiary and documents for certificate progress guarantee will be accepted.
  • The bidder shall provide commitment letter confirming that security escort, transportation and medical for personnel rotation between Mobilization/Demobilization location and COMPANY Camp shall be provided by Contractor. The accommodation and catering for service personnel who work in COMPANY office shall be provided by Contractor.
  • The bidder shall provide commitment letter and justifications confirming that the drilling supervisor and drilling superintendent have the abilities to fill out drilling daily report with Wellview software, the Wellview operating ability need get Company's approval. If the Bidder promises to provide the qualified supervisor after Wellview software training, and the supervisor shall have the ability of filling DDR, reviewing Well Completion Report and other related software operating, it will be accepted.
  • The bidder shall provide International well control certificates for drilling supervisor, drilling superintendent, QHSE supervisor and well control supervisor. If the bidder promises to provide the qualified supervisor after updating well control certificate training, it will be accepted.
  • The bidder shall provide commitment letter confirming to comply with Company's rule of entry/exit visa application.
  • To avoid Contract conflict of interest, the bidder shall provide commitment letter confirming not having or participating in relevant drilling rig and associated service Contracts in Missan Oilfields.
  • The bidder shall provide commitment letter confirming availability of a project manager or authorized person in Missan Oilfields who is approved qualified by Company.
  • The bidder shall provide justifications confirming to have a constructed work camp, or provide commitment letter to construct or rent a work camp in Company's work base.
  • The bidder shall provide commitment letter confirming the personnel mobilization duration to be within 4 months after signing contract.
  • 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.
  • Training course of company employees seven (7) persons for IADC or IWCF level III for ten (10) days including traveling days outside of lraq.

ITT Section 1. Clause15.1

Bid bond: One Hundred Fifty Thousand USD (150,000 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 ARE NO LONGER ACCEPTED as a Bid Bonds by Company.

ITT Section 2. Clause3.6

Joint bidding is NOT accepted by Company.

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: 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.