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 !

Acid and Hydraulic Fracturing Service

2024-09-11

Views:47


TENDER DATA SHEET (TDS):
Tender Title
Acid and Hydraulic Fracturing Service

Tender Number
CMIT-PRT-10.30-240051

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/TJ5DnyubR_ytedBxSdSOLQ
 
 
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 who shall then provide Bidders with the “Password”
 [abderrahmanezanoun@cmitfod.com; rafkhat@cmitfod.com;  badreddinelarafi@cmitfod.com; chafikbenlamri@cmitfod.com
With copies to:
ex_abderrahm@cnoociraq.com; ex_rafkhat.r@cnoociraq.com;
ex_badreddin@cnoociraq.com; ex_chafikben@cnoociraq.com; ]

 
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 20, 2024

ITT Section 1. Clause 4.2
The bid document purchase receipt must be received by emails to [abderrahmanezanoun@cmitfod.com; rafkhat@cmitfod.com;  badreddinelarafi@cmitfod.com; chafikbenlamri@cmitfod.com
With copies to:
ex_abderrahm@cnoociraq.com; ex_rafkhat.r@cnoociraq.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. Abderrahmane. Z, Mr. Rafkhat R., Mr. Chafik. B, Mr. Badreddine. L
Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.
Tel: +964 782 880 3687, +964 781 398 1554, +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 provide valid ISO9001, ISO14001 and ISO 45001 certificates in English version.
11) Bidder shall provide Manufacturer’s valid API 11D1 (Specification for Packers) and API 19AC certificate in English version.
12) Bidder should provide to Company the Certificate of Origin which shall be stamped by the Iraqi embassy before leaving the origin countries. As per the Standard Contracting and Procurement Procedures (SCPP) regulations 9.10 & 10.6 approved by the Iraqi Ministry of Oil, the Country of Origin shall be as per MOO / MOC directives (currently including Europe, Japan and North America). 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 (Original Equipment Manufacturer) from origin(s)
c)    Parts & components from origin(s) but assembled in non-origin(s) authorized by OEM from origin(s)
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).
Bidder shall provide the Guaranty letter issued and stamped by manufacture parent company confirming that the branch factory and / or authorized factory can follow the standard of inspection QC, API (latest version).
13) Bidder should provide all technical specification for down-hole material match with ITT in this project and shall be 13Cr-110.
14) Sole Agencies with authorization from Manufacturing Parties will be accepted. Sole Agencies shall have authorization from Manufacturing Parties stamped by Iraqi Embassy located in the countries of manufacturing plants and provided to Company within maximum Eight (8) weeks after Bid Closing Date.
15) Bidder shall commit to construct Work Shop in MISSAN Oilfields of Iraq within maximum six (6) months from the Contract Date to provide quick response to facilitate well-site operations.
16) Bidder shall submit the alike or similar case histories justifying having experience during the past immediate consecutive three to seven years with regards to Acid-Fracturing and Hydraulic-Fracturing.
17) Bidder shall promise to fully meet with the defined “Matrix of Responsibilities” specified in Tendering Document.
18) Contract Performance Evaluation; Only Bidders who have provided similar service record in Missan Oilfield and passed the performance evaluation are deemed qualified, and new bidders to Missan oilfield shall be considered qualified for this item.
19) Bidder shall provide commitment letter confirming to train local employee at a rate of no less than (70%) for a period of three (3) months in the field site to develop the skill and also get necessary certificates for local employee and enhance job opportunities for them inside or outside of country (Iraq) free of charge.
20) Bidder shall provide Ten (10) days (excluding traveling days) training course for Six (6) Company engineers regarding high technology for advanced Acid Fracturing and Hydraulic Fracturing technology in Bidder’s facility outside of Iraq.

ITT Section 1. Clause15.1
Bid bond: [200,000.00 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 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.