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

Casing Purchase for 11 Wells

Tender Number

CMIT-PRT-10.30-230110                              

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%2F230110%2520-%2520ITT%2520for%2520Casing%2520Purchase%2520for%252011%2520Wells&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 ex_badreddin@cnoociraq.com; badreddinelarafi@cmitfod.com;

ex_chafikben@cnoociraq.com; chafikbenlamri@cmitfod.com;

MohamedAli@cmitfod.comex_mohamed.a@cnoociraq.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 January 3, 2024

ITT Section 1. Clause 4.2

The bid document purchase receipt must be received by emails to Mr. Badreddine Larafi, Mr. Chafik, Mr. Mohamad Ali (“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. Mohamad Ali

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 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)Proposed casing specification and quantity shall meet ITT requirement.

9)All casings supplied to Company must adhere the latest versions of API 5CT and ISO 9001. Chrome casing shall comply with the latest API 5CRA or ISO 13680. The bidder should provide the corresponding API or ISO certificate of manufacturer mentioned above.

10)The delivery duration for proposed carbon steel and chrome casing in ITT shall be 5 month and 8 month respectively according to actually delivery from previous Contract. The proposed delivery schedule must meet or be shorter than the ITT requirements; otherwise, it will result in disqualification.

11)The TPI shall follow the policies of Iraqi Ministry of Oil.

12)Country of origin shall be Europe, Japan and North America or other countries following the Standard Contracting and Procurement Procedures (SCPP) Regulation terms 9.10 & 10.6 approved by the Iraqi Ministry of Oil as follows:

 A. 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)

B. Company specify the origin(s) of the required equipment/materials as per MoO / MOC directives (currently including Europe, Japan and North America) and section A above. The definition of origin(s) can be specified as below

    a. Manufactured or assembled in origin(s)

    b. Manufactured in non-origin(s) by OEM from origin(s)

    c. Parts & components from origin(s) but assembled in non-origin(s) authorized by OEM from origin(s)

 13) Both newly manufactured casing and inspect qualified stock casing are accepted by Company. Bidders are encouraged to submit the proposal for stock casings as an option if available.

 

For newly manufactured casing, Company accepts only manufacturers or sole agents which have a valid legal authorization letter (attested by Iraq embassy in the country of origin) from manufacturers. Sole agents should obtain authorization from Manufacturing Parties, attested by Iraqi Embassy located in the countries of manufacturing plants and provide such authorization to Company within three (3) weeks after Bid Closing Date.

 

For stock casing, Company only accepts stock casings which are un-used without any defect and manufactured within the last 5 years subject to TPI inspection which the bidder promises to provide. The bidder shall provide mill test certificates with chemical composition of the casings supplied. The bidders shall arrange TPI for the casing supplied at their cost and submit TPI release notice carried out prior to shipment from the bidder's site/warehouse. The TPI should be witnessed by Company representative.

 14) Bidders shall attach commitment letter within technical proposals with regard to submitting the certificate of origin attested by Iraqi embassy.

15) Only bidders with qualified past performance record in Missan Oilfield or new bidders to Missan oilfield shall be considered eligible.

 

ITT Section 1. Clause15.1

Bid bond: 180,000 USD (One Hundred Eighty 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 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):

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.