ITT Section 1. Clause 9.0
Bid Closing Date: no later than 16:00 (Baghdad Time), on or before August 21th, 2022.
ITT Section 1. Clause 4.2
The
bid document purchase receipt must be received by emails to
ex_badreddin@cnoociraq.com; ex_chafikben@cnoociraq.com;
ex_rafkhat.r@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. Badreddine Larafi, Mr. Chafik Benlamri, Mr. Rafkhat Rakhmetov
Address: Room 239, FOD Administrative Building. Work Base, CNOOC Camp, Missan Oil Fields.
Tel: +964 781 080 8814/ +964 782 506 0675/ +964 782 880 3687
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:
Scope of Business must be related to the scope of work of the tender.
Legal Entity and Qualification of Bidder
Bid proposals are in properly sealed condition
Bid Proposal Period of Validity shall be as required in this TENDER DATA SHEET (TDS) (aforementioned Clause 11.1).
Bid Bond submission
Signed & Stamped Cover Letter (as per Section 2 PROPOSAL CONTENTS AND FORMS, Attachment 2A: Proposal Format of Cover Letter)
Price proposal is separate from Technical & Commercial proposal.
Bidder
and manufacturer shall own and provide a valid ISO9001, ISO14001 and
OHSAS18001 (or ISO 45001) certificates in English Model.
Bidders
who will participate in this tender shall submit the technical
specifications and shall be able to provide the company with all
required items in Section 3.1 and Section 3.2. Bidders who submit
partial equipment shall not be accepted.
Proposed delivery
schedule for material required in Section 3.2 of ITT shall meet with the
requirement in Section 3.2 of ITT, for material required in Section 3.1
of ITT shall meet with the requirement in Section 3.1 of ITT.
Bidder
shall provide Third Party Inspection by Third Parties recognized by
Iraqi Ministry of Oil. And all costs relating to Third-party Inspection
shall be at Contractor’s account
The accepted Country of origin
for all the products shall be USA, Japan, Canada, and West Europe.
Bidder shall provide commitment that Certificate of Origin for all the
products, which shall be stamped by the Iraq Embassy in the country
where the products are manufactured from.
For material required in
Section 3.2 of ITT shall be manufactured in accordance with API 6A 20th
edition, NACE-MR 0175 and ISO 10423, and for all material required in
Section 3.1 of ITT shall meet latest edition of API 6A 21st
Specification.
Company only accepts manufactures who have API 6A
or Sole Agencies with prior authorization that stamped by Iraqi Embassy
located in the countries of manufacturing plants from Manufacturing
Parties and provide authorization to Company within three (3) weeks
after Bid Closing Date.
Company has the right to send engineers,
before the first shipment to visit supplier for witness of the
manufacturing process and inspection as required in ITT, Supplier shall
be fully responsible for the full-board costs as required in ITT without
deviation.
ITT Section 1. Clause15.1
Bid bond:
290,000 USD (Two Hundred Ninety Thousand 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.
ITT Section 2. Clause3.6
Joint bidding is NOT accepted by Company.
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.