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 !

Water Tracer Surveillance Service

2024-08-08

Views:100

TENDER DATA SHEET (TDS):
Tender Title
Water Tracer Surveillance Service

Tender Number
CMIT-PRT-10.30-240017-1

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%2F240017-1%2520ITT%2520for%2520Water%2520Tracer%2520Surveillance%2520Service%7C&page=1
 
User name: contractor
Password: contractor
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
WaqarHussain@cmitfod.com; / ex_waqar.h@cnoociraq.com; yangych@cmitfod.com; ex_badreddin@cnoociraq.com; / ex_chafikben@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 August 30, 2024.

ITT Section 1. Clause 4.2
The bid document purchase receipt must be received by emails to WaqarHussain@cmitfod.com; / ex_waqar.h@cnoociraq.com yangych@cmitfod.com; ex_badreddin@cnoociraq.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
Attention: Mr. Waqar Hussain / Mr. Yang Yuchen /                     Mr. B. Larafi / Mr. C. Benlamri
Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.
Tel: +964 782 881 0446  / +964 783 160 5890 / +964 781 080 8814/ +964 782 506 0675

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
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) No significant deviation on ITT requirements.
9) Bidder's Financial Health: Meeting Company’s minimum requirement.
10) Bidder shall have the Qualifications as below and shall provide the evidence of such qualifications in its technical proposal.
Quality Management System Certification Certificate, ISO 9001 series.
Environmental Management System, ISO 14000 series.
Occupational Health & Safety Management System (OHSMS) Certificate, OHSMS18000 series.
Certificate of ILAC (International Laboratory Accreditation Cooperation) or equivalent certificate with ILAC-MRA (Mutual Recognition Arrangement).
11) Bidder should have at least 5 years’ experience of similar projects for water tracer surveillance in oil and gas industry and more than 3 successful cases. Each successful case needs to include at least 6 water injection wells with different kinds of tracers and more than 30 sampling produced wells. The bidder should submit the evidence of the contract and formal completion report (or equivalent documents) of the alike or similar cases during Y2019-Y2023 as proof.
12) The bidder's total contracts’ value of similar projects for water tracer surveillance in the past three years (Y2021-Y2023) shall be no less than $800,000 dollars and at least one of the contracts beyond $400,000 dollars. The bidder should provide the evidence of the contract as proof.
13) Bidder shall have its own High-performance liquid chromatography-mass spectrometry (HPLC-MS) for tracer detection at a ppb (parts per billion) level. The bidder should provide the purchase contract of the equipment as proof.
14) Contractor’s past performance evaluation in Missan Oilfield, only bidders with qualified performance record and new bidders to Missan Oilfield shall be considered qualified.

ITT Section 1. Clause15.1
Bid bond: USD 9,000.00 (USD Nine 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.
 
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. Clause 3.6
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 3.11
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.

 
Tender Fee
 
Tender Fee Amount
USD 100

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.