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 !

Turbo Main Pumps Upgrade Project

2024-09-04

Views:63

TENDER DATA SHEET (TDS):
Tender Title
Turbo Main Pumps Upgrade Project

Tender Number
CMIT-PRT-10.30-240044

Tender Announcement
Website
ITT documents and all Bulletins during the tender period will be published on the following website:
https://www.cnoociraq.com/share/s/R3pFyxUXR5qqHxr9mZvYrA  
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 (kamalait@cmitfod.com) (ex_kamalait@cnoociraq.com)/ (hariindradi1@cmitfod.com) (ex_hariindra@cnoociraq.com )
(mohammed.d@cnoociraq.com)
(ex_mohamed.m@cnoociraq.com)(mohamedfethi.m@cmitfod.com)  who shall then provide Bidders with the “Password”

 
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 October 1, 2024

ITT Section 1. Clause 4.2
The bid document purchase receipt must be received by emails to (kamalait@cmitfod.com) (ex_kamalait@cnoociraq.com)/ (hariindradi1@cmitfod.com) (ex_hariindra@cnoociraq.com )
(mohammed.d@cnoociraq.com)
(ex_mohamed.m@cnoociraq.com ) (mohamedfethi.m@cmitfod.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. Hari INDRADI / Mr. Kamal AIT OUDHIA / Mr. Mohamed Fethi MERAKEB / Mr. Mohammed DIAB
Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.
Tel: +964 784 403 6872 / +964 784 403 6856 / +964-782 506 0775 / +964-781 060 1649

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) The BIDDER shall have valid English version ISO certificates including ISO 9001, ISO 14001 and ISO 45001 (or OHSAS 18001). Equivalent certificates from Parent Company or Same Group are not acceptable. ISO certificate shall be issued by a valid certification agency accredited by any accreditation body members under the IAF Multilateral Recognition Arrangement.
11) The BIDDER shall provide evidence to show that they have similar experience in EPC Upgrading Projects for oil and gas industry, with total cumulative contracts value not less than 6 million USD in the last 3 years (Contracts signed from Y2021 to Y2023).
12) The BIDDER shall provide evidence to show that they have at least 2 contracts total value more than 5 million USD in EPC Upgrading Projects for oil and Gas industry in the last 3 years (Contracts signed from Y2021 to Y2023).
13) The BIDDER shall provide evidence to show that they have similar experience in Rotating Equipment (not less than 2000KW) such as pump, compressor, or turbine generator with piping system installation and commissioning in Oil & Gas Industry.
14) EPC Contractor’s past performance evaluation in Missan Oilfield, only bidders with good performance record and new bidders to Missan Oilfield shall be considered qualified.
15) The origins of pump sets supplied under this contract shall be Europe, Japan or North America. The definition of origins can be specified as manufactured and assembled in origins.
Note: All necessary and valid supporting documents shall be submitted to prove bidder compliance to the above-mentioned key items. (Including Contract Cover Page, Signature Page, Scope of Work, Total Amount, Completion Support Documents, etc.)

ITT Section 1. Clause15.1
Bid bond: US$ 90,000.00 (Ninety 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.

 
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: 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.