Procurement Summary
Country : Iraq
Summary : Completion Tools And Associated Service Purchase
Deadline : 10 Mar 2022
Other Information
Notice Type : Tender
TOT Ref.No.: 62659751
Document Ref. No. : CMIT-PRT-10.30-210088
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Completion Tools And Associated Service Purchase
Bid bond: US $485, 000.00 (US Dollars Four Hundred Eighty-Five Thousand Only), The Bid Bond must be presented to Company in a separated and sealed envelope and duly marked and stamped on outer envelope.
Tender Fee Amount: 100USD
CMIT-PRT-10.30-210088 Tender Announcement
From Materials - 30 January 2022 05:05 PM
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-10.30-210088
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/210088%2520ITT%2520For%2520Completion%2520Tools%2520And%2520Associated%2520Service%2520Purchase&page=1
User name: contractor
Password: contractor
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 AND SPECIFICATIONS
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 March 10, 2022.
ITT Section 1. Clause 4.2
The bid document purchase receipt must be received by emails to ex_mohamed.a@cnoociraq.com; ex_rafkhat.r@cnoociraq.com; ex_chafikben@cnoociraq.com; ex_abderrahm@cnoociraq.com; ex_badreddin@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
Attention: Mr. Mohamed Ali / Mr. Rafkhat Rakhmetov / Mr. Chafik Benlamri / Mr. Abderrahmane Zanoun / Mr. Badreddine Larafi
Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.
Tel: +964 782 880 0342 / +964 7828803687 / +964 782 506 0675 / +964 781 398 1554 / +964 781 080 8814
ITT Section 1. Clause 11.1
Tenderer-s bid Proposal shall be irrevocable for a period 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) Product Manufacturer and Service Supplier shall provide valid ISO9001, ISO14001 and OHSAS18001 (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 19LH (Specification for Liner Hanger Equipment) and API 19AC (Specification for Completion Accessories) or ISO 14998:2013 (Petroleum and natural gas industries - Downhole Equipment - Completion Accessories) in the technical proposal, or the same effect certificates within the valid period.
10) Bidders shall comply with the instruction from Ministry of Oil of Iraq with regard to Country of Origin for all materials supplied by contractors (the qualified Country of Origin include USA, Western Europe, Japan and Canada).
11) Sole Agencies with prior 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 three (3) 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 have to construct Work Base in MISSAN Oilfields of Iraq within maximum Six (6) months since from the effective date of the contract to provide quick response to facilitate well-site operations.
14) Contractor shall satisfy the defined ‘DELIVERY REQUIREMENT-.
15) Bidder shall promise to fully meet with the defined ‘INTERFACE AND RESPONSIBILITIES MATRIx BETWEEN COMPANY AND CONTRACTOR- in this 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 and any extra crossovers shall be at bidders account without any extra charge to Company. Company will confirm the types of premium threads prior to signing Contracts with Contractors. Bidders shall accept this mode of quotation for the uncertain premium thread types. If Company can-t confirm the thread types before signing Contracts with Contractors, Contractors will confirm the thread types with Company at least Two (2) months in advance before Contractors start to manufacture threads.
ITT Section 1. Clause15.1
Bid bond: US $485, 000.00 (US Dollars Four Hundred Eighty-Five Thousand Only), 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.
ITT Section 2. Clause3.6
Joint bidding is NOT accepted by Company.
2. Tender Fee
Tender Fee Amount
100USD
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: TamerNawwar@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. Hisham Abdulkareem
· Tel: +9647805492468 (Mr. Qassim Wajid Hashim), +9647827200099 (Mr. Hisham Abdulkareem)
· E-mail: Qassimwajid@cmitfod.com / HishamAbdulkareem@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.
Documents
Tender Notice