Professional Documents
Culture Documents
INVITATION TO TENDER
FOR
SECTION 1
INSTRUCTION TO TENDERERS
October, 2017
Dubai, U.A.E
CNOOC IRAQ LIMITED
SECTION 1
INSTRUCTION TO TENDERERS
CNOOC IRAQ LIMITED
INSTRUCTION TO TENDERERS
TABLE OF CONTENTS
INSTRUCTION TO TENDERERS
These instructions apply to preparation of bid proposals to be submitted to Company. Tenderers
are to read the following bidding instructions thoroughly and carefully, and, to strictly follow all
the instructions and requirements stipulated herein during preparation of their proposals. Failure in
following the bidding instructions may result in rejection of a Tenderer’s proposals.
1.0 GENERAL INFORMATION
1.1 This Invitation to Tender (“ITT”) comprises the following:
SECTION 1: INSTRUCTIONS TO TENDERERS
SECTION 2: PROPOSAL CONTENTS AND FORMS
SECTION 3: TECHNICAL PACKAGE
SECTION 4: SCHEDULE OF COMPENSATION
SECTION 5: PRO FORMA CONTRACT
SECTION 6: VENDOR REGISTRATION AND -QUALIFICATION
1.2 PURPOSE OF ITT DOCUMENTS
The ITT are and shall remain the property of Company and are transmitted to Tenderer
solely for the purpose of preparing and submitting a Proposal by Tenderers in accordance
therewith. Tenderer shall keep confidential and shall not release any part of the ITT to any
third party, other than to have the third party prepare and submit to Tenderer a proposal for
part of the work.
Tenderer, whether it bid or not, shall handle all documents related to the present invitation
to Tender in a strictly confidential manner.
Tenderers shall comply with the criteria regulated in the technical, commercial and price
aspects of ITT in order to submit qualified proposals, especially any price quotation with
conditional terms and notes will NOT be accepted by Company.
1.3 AMENDMENT OF ITT
At any time prior to the Closing Date, Company may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Tenderer, modify the
ITT by amendment.
The amendment will be published on the same web-link of ITT download and notified in
writing to all prospective Tenderers and the prospective Tenderers shall promptly
acknowledge receipt thereof by E-mail to Company.
In order for the prospective Tenderers to have reasonable time to incorporate the
amendment into the Proposal, Company may, at its discretion, extend the Closing Date
accordingly.
2.0 DEFINITIONS
2.1 “Company” means CNOOC Iraq Limited.
2.2 “ITT” means Invitation to Tender Documents issued by Company defined in Clause 1.0
hereof. .
CNOOC IRAQ LIMITED
2.3 “Tenderer” means a company who is intended and/or invited by CNOOC Iraq Limited to
bid and submits a Proposal in accordance with the requirements of this ITT. The Tenderers
shall be of eligible entity with qualified technical experiences and sound financial strength
and responsibility to support the execution of the work.
2.4 “Proposal” means documents submitted by Tenderers in line with the requirements of the
ITT.
3.0 PROJECT DESCRIPTION
The Missan Oil Fields of Iraq includes three (3) oil fields, Buzurgan, Abu Gharah and
Fauqi, which are giant onshore oilfields located 175 kilometers north of Basra city and 350
kilometers southeast of Baghdad city in Iraq, and Company has Dubai office located at
Dubai Airport Free Zone to support Iraq onsite operation.
4.0 BID ACKNOWLEDGEMENT
4.1 Within 72 hours after receipt of Tender book (“ITT”), Tenderers shall submit their
acknowledgement of receipt of the ITT package and make a confirmation of intent to or
not to submit a bid thereof by email scanned copy to Company. A format of Bid
Acknowledgement is enclosed in Section 1 of this ITT for Tenderer to follow.
4.2 The bid document purchase receipt must be received by email
to: chafikbenlamri@cmitfod.com / mohamedosman@cmitfod.com
/badreddinelarafi@cmitfod.com / AbubakrAliMohamed@cmitfod.com on or before
deadline.
Payment can be made by:
a) CASH in our financial offices in Dubai/Iraq,
Dubai office: Room 3100, 7WB, Dubai Airport Free Zone, Dubai, U.A.E,
Iraq office: FOD Office Building, Office No.239, Missan, Iraq.
b) T/T, with the transfer record sent to Mr. Jiangang Xu, Xinlu Hu(Iraq onsite) / Mr. Samir
Ghazal(Dubai office) for receipt, and Project name, ITT number, Tenderers’ name and
contact information should be mentioned in your email
Company Name of Payee: CNOOC Iraq Limited
Account Bank: Citibank N.A., Dubai, UAE
Address of Bank: PO Box 749, Oud Metha Building, Al Wasl Branch, Dubai, UAE.
SWIFT CODE: CITIAEAD
Account Number: 0100745011
IBAN: AE940211000000100745011
Financial Contact person:
Iraq onsite: Jiangang Xu, Xinlu Hu
Dubai office: Samir Ghazal
Tel: 009647822710260(Mr. Jiangang Xu), 009647816897024(Mr. Xinlu Hu)
0097142108138 (Mr. Samir Ghazal)
CNOOC IRAQ LIMITED
Technical Proposal Envelope with one (1) Envelope with three (3)
original and one (1) copies
electronic copy( in both
PDF and editable format)
CNOOC IRAQ LIMITED
Commercial Proposal Envelope with one (1) Envelope with three (3)
original and one (1) copies
electronic copy( in both
PDF and editable format)
Price Proposal Envelope with one (1) Envelope with three (3)
original and one (1) copies
electronic copy( in both
PDF and editable format)
8.3 In the event of any inconsistency or discrepancy between the original bid proposal and
copies, the original bid shall prevail. Also, the submitted hard copy of bid Proposal shall
take precedence over electronic copies for all purposes.
9.0 BID CLOSING DATE
The bid Proposal shall be delivered and submitted no later than 17:00pm, on or
before November 26th, 2017 (Baghdad Time)(“Closing Date”), unless Company
extends the said date in writing. Proposals received after above mentioned date shall
not be taken into consideration.
Attention: Mr. Chafik Benlamri / Mr. Mohamed Osman Ahmed Zulfo / Badreddine Larafi,
Abubakr Ali Mohamed
Email: chafikbenlamri@cmitfod.com / mohamedosman@cmitfod.com
/ badreddinelarafi@cmitfod.com / AbubakrAliMohamed@cmitfod.com
Address: Room 239, FOD Administrative Building., Work Base, CNOOC Camp, Missan
Oil Fields.
Tel: +86-10-84527122-76224 . Ext 6062 Or 6150 Or 6224
Tenderers, shall bear the risks of being disqualified without a further opportunity to make
amendments.
The request for clarification and response shall be in writing and no change in the price or
content of the Proposal shall be sought or offered.
14.0 EXTENSION OF BID PERIOD
If for any reasonable reason Tenderer desires more time to present its bid Proposal, it may
request a time extension in writing. If the request hereof is granted, all Tenderers will then
be notified of the extension hereof and no bids will be opened until the new due date has
expired. No extensions will be taken into consideration during the last eight (8) calendar
days of the bid period.
15.0 BID BOND
15.1 A bank guarantee for Tenderer amounting no less than 900,000.00 USD, as per attached
specimen (Bid bond) shall be submitted by the Tenderers to Company at the same time
when the Tenderer submits his proposal. The original validity of the bid bond shall be 210
calendar days as from the Closing Date and shall be extended automatically upon mutual
agreement by and between Company and Tenderer. The bid bond hereof shall be
denominated in the currency of US Dollar and/or other required currency by Company and
shall be issued by an internationally reputed bank. The bid bond can be issued in the form
of a traditional hard copy Bid Bond or issued directly to our bank via swift message.
15.2 In case a Tenderer is unable to submit a bank guarantee as bid bond the Tenderer may:
(a) Transfer the amount mentioned above in clause 15.1 to Compnay bank account
(see clause 4 of this Section) in the currency of US Dollars or of equivalent value
in United Arab Emirates Dirhams. (AED 3.68 to USD 1.00)
(b) Provide Company with a cheque issued from a bank within the UAE, which shall
be deposited into Company account , of the amount mentioned above in clause
15.1 in the currency of US Dollars or of equivalent value in United Arab Emirates
Dirhams. (the exchange rate between AED and USD shall be fixed as AED 3.68 to
USD 1.00)
(c) Pay the amount in Cash in Company office in Dubai or camp in Iraq, if the value
of the bid bond is under USD 10,000.00.
15.3 The bid bond is required to protect Company against the risk of Tenderer’s conduct which
would warrant the bid bond forfeiture. The bid bond may be forfeited if any or all situation
happens as follows:
(a) If a Tenderer withdraws its Proposal during the period of proposal Validity
specified in this ITT documents.
(b) In the case of a successful Tenderer, if the Tenderer fails:
• To sign the Contract after Tenderer is notified as a successful Tenderer; or
• To furnish performance bond in accordance with Clause 18 herein of this
Section.
15.4 The Bid Bond of unsuccessful Tenderers, except that of the second most competitive
Tenderers, shall be returned without interest on and after the Contract has been signed and
CNOOC IRAQ LIMITED
awarded. The bid bond of the first/second most competitive Tenderers shall be returned
without interest on and after formal signature and execution of the CONTRACT and
receipt of the performance guarantee from the successful Tenderers.
15.5 Any Proposal not accompanied by an acceptable bid bond in accordance with requirement
hereof may be rejected by Company as non-responsive subjected to bid bond forfeiture.
15.6 Any bid bond shall be provided at the Tenderer’s expense.
.
16.0 AWARD OF CONTRACT
16.1 The successful Tenderer will be notified by Company in writing as soon as practicable
after the bid closing date and shall, within a reasonable time, enter into Contract with
Company. Company reserves its sole discretion to determine the contract award strategy
which shall include but not limited to wholly award, partial award, main contract plus back
contract strategy etc. Only when both parties sign the Contract will Company be bound to
the Tenderer for the performance of its obligations under the Contract.
16.2 TENDERERS AS SINGLE ENTITY
Company expects to Contract with the successful Tenderer as a single entity. If Tenderer
intends to subcontract substantial parts of the work, Tenderer shall provide appropriate
evidence of commitment that the subcontracting relationship will be in existence within
the term of Contract if awarded.
16.3 INSURANCE
Company reserves the right to seek verification of Tenderer’s minimum insurance
coverage including insurance agent verification in the form of certificates of insurance
prior to Contract awarded.
17.0 LAW
17.1 This Bid shall be construed in accordance with and governed by the Laws of England
(without reference to its rules as to conflicts of law).
17.2 Tenderers shall also be fully aware of the Iraqi laws and regulations including but not
limited to those of Tax, Labor, Social Security, Customs duties and their latest amendments.
18.0 PERFORMANCE GUARANTEE
Within thirty (30) calendar days after signing of the Contract, the successful Tenderer shall
submit to Company an unconditional bank guarantee from an internationally reputed bank
as specified in the terms and conditions of Proposed Contract attached to the ITT for good
performance of Contractor’s obligations.
19.0 ADVANCE PAYMENT (NOT APPLICABLE)
Company does not make any advance payment required by successful Tenderer with the
exception that successful Tenderer provide a bank guarantee for the equal advance
amount to Company which is accepted by Company.
20.0 INSPECTION PRIOR TO CONTRACT AWARD
During the bid evaluation period, Tenderers shall provide access to allow Company, third
party inspection teams and regulatory authorities to perform pre-acceptance and
CNOOC IRAQ LIMITED
The successful Tenderer registered inside China should query by itself the crime record of
offering bribes of the Tenderer company, its legal representative and project manager
(including chief supervision engineer and chief supervision engineer representative) from
procuratorate and provide the query result covering the last ten (10) years, and such query
result shall be issued by procuratorate within last two (2) months.
26.2 For successful Tenderer registered outside China
The successful Tenderer registered outside China should query by itself the crime record of
offering bribes of the Tenderer company, its legal representative and project manager
(including chief supervision engineer and chief supervision engineer representative) from
its government authority and provide the query result covering the last ten (10) years, OR
provide the statement in attached format (STATEMENT Outside China Tenderer (before
contract awarding)) signed by its legal representative.
NOTE:
• The weight of each package of your bid proposal must be less than 30KG.
• Write the Tender’s name, number and contact person details on express package.
CNOOC IRAQ LIMITED
SECTION 1
INSTRUCTION TO TENDERERS
CNOOC IRAQ LIMITED
BID ACKNOWLEDGEMENT
With reference to the above ITT ,we would like to inform you that we want to participate you
public tender , we have download all documents from your website on _ and are in usable
condition without damage (Alternatively, please specify any documents that are missing, damaged
or unusable).
We agree to treat the contents of the package and our bid as confidential within our organization,
and we will not disclose any aspect of the package or our bid to any third party.
We would like to indicate our intention for the mentioned services as below:
□ We WILL bid on or before the bid closing time stated in your Invitation Letter to Tender.
Further correspondence in connection with this ITT should be addressed to:
Name : Title :
Company : Address :
Phone No. : Fax No. :
E-mail :
□ We WILL NOT bid and therefore we are returning this ITT in its entirety with this ITT
Acknowledgement Letter. We decline to bid for the Work for the following reasons:
Regards,
Signature/ Date
Note:
1) Tenderer shall state by “√” or “×” in the □ above to indicate their intent to participate or not in
the Bid.
2) This Bid Acknowledgement must be signed and returned to Company by facsimile transmittal to
the above attention no later than 72 hours after receipt of ITT package.
SECTION 1
INSTRUCTIONS TO TENDERERS
ATTACHMENT 1B
The Proposal sealed as required by the ITT shall bear the labels with full reference information as
appropriate as attached for easy identification:
FOR
*************************
TENDERER’S NAME:
NOTES:
*(1): Original or Copy 1 to copy 3 as appropriate
*(2): "ONE OF X", "TWO OF X" etc., as appropriate, if more than one package.
CNOOC IRAQ LIMITED
FOR
**********************
TENDERER’S NAME:
NOTES:
*(1): Original or Copy 1 to copy 3 as appropriate
*(2): "ONE OF X", "TWO OF X" etc., as appropriate, if more than one package.
CNOOC IRAQ LIMITED
*********************
TENDERER’S NAME:
NOTES:
*(1): Original or Copy 1 to copy 3 as appropriate
*(2): "ONE OF X", "TWO OF X" etc., as appropriate, if more than one package.
CNOOC IRAQ LIMITED
FOR
***************
TENDERER’S NAME:
NOTES:
*(1): Original or Copy 1 to copy 3 as appropriate
*(2): "ONE OF X", "TWO OF X" etc., as appropriate, if more than one package.
CNOOC IRAQ LIMITED
FOR
***************
TENDERER’S NAME:
FOR
****************
TENDERER’S NAME:
NOTES:
*(1): Original or Copy 1 to copy 3 as appropriate
*(2): "ONE OF X", "TWO OF X" etc., as appropriate, if more than one package.
CNOOC IRAQ LIMITED
Attachment 1 C
For the purposes of this statement, a “Public Official” means (i) an elected or appointed official,
employee or agent of any governmental authority; (ii) an official of a political party; or (iii) a
candidate for public office; (iv) any other person so defined under the Anti-bribery Law.
We shall indemnify CNOOC Iraq Limited and its affiliates against any damages, losses, penalties,
costs (including reasonable legal costs and attorneys’ fees) and liabilities arising from or related to
the events underlying our admission of allegations made by any governmental authority or a final
adjudication in connection with a violation of the above anti-bribery laws.
_________________________________
Name and Signature of Legal Representative
______________________________ Date
CNOOC IRAQ LIMITED
INVITATION TO TENDER
FOR
SECTION 2
October, 2017
Dubai, U.A.E
CNOOC IRAQ LIMITED
that are proposed for the overall guidance of each discipline during execution of the work. The
description must demonstrate that the proposed procedures and specifications have sufficient
detail to guide the application of applicable national regulations and industry codes and
standards throughout the term of the Proposed Contract.
2.4 EXECUTION PLAN
Tenderers shall describe the plan and methodologies to be employed to accomplish the
required work. The plan should include:
The Proposed Operation Program;
Logistic Support Plan;
HSE management scheme;
Emergency plan;
Miscellaneous;
2.5 PROPOSED EQUIPMENT AND MATERIAL INFORMATION
Tenderers shall list its proposed equipments, facilities and material in its Bid Proposal in
according to the requirements.
Tenderers shall submit comprehensive information and details about the equipments and
facilities and material it proposes in its Bid Proposal, clearly identifying the availability,
suitability and specification.
Tenderers shall submit evidence of valid certification / classification for proposed equipments,
facilities and materials.
2.6 KEY PERSONNEL RESUME
Tenderers shall submit resumes as the attached format of 2G in Section 2 and job grade of all
key personnel Tenderers intends to use for this Work, including but not limited to
responsibilities, summaries of training and education, relevant experience and qualification
certificate etc.
2.7 SUBCONTRACTOR
Tenderers shall indicate all Subcontractors that are proposed to be utilized. Any portion(s) of
Work to be subcontracted shall be clearly identified.
Company reserves right to reject the subcontractor whose recent operation and performance
had caused material loss to the Missan Oil Company of Iraq. Company does not accept that
the subcontractor subcontracts its portion of work to potential subcontractors.
For each portion subcontracted, Tenderers shall submit relevant information as follows:
The proposed subcontractor’s name, address and location etc;
The nature of business and specialist services;
The availability of resources including manpower;
CNOOC IRAQ LIMITED
Tenderers shall copy the price tables and submit this price tables from the SECTION 4 in un-
priced, no price information shall be included into this table, otherwise, it will be disqualified
directly. The un-priced price offer shall be submitted with the Commercial Proposal.
CNOOC IRAQ LIMITED
Tenderers shall use the words/phrases “Quoted” and “No Quoted” where appropriate to
replace the price. If one item cost is included in other item(s), Tenderer shall mention in this
un-price part “Quoted”, and in price part shall make “0” or “included”. Tenderers shall strictly
follow the format of this schedule; any additional Note/ Remark mentioned in the price part
may lead to disqualification.
3.4 COMMERCIAL EXCEPTION
Company reserves the right to reject any Bid Proposal containing exceptions. However, if
Tenderer does submit exceptions, on ITT and Pro-forma Contract such exceptions shall be
recorded in the Commercial Exceptions/Clarifications form in Attachment 2E of Section 2.
Each exception listed (disregarding typographical errors, etc.) must have an associated
schedule benefit and/or price reduction (a specific percent to be applied to Tenderer’s prices)
should Company agree to the exception.
Exceptions listed without an associated schedule benefit and/or price reduction may have a
value assigned by Company for Bid Evaluation purposes and may be cause for rejection of the
Bid.
If no commercial exceptions or clarifications are taken, Tenderers shall state “NONE” as
appropriate.
3.5 SUBCONTRACTORS
Tenderers shall provide the details about subcontractors as per Item 2.7 above of this section.
Tenderers shall indicate all Subcontractors that are proposed to be utilized. Any portion(s) of
Work to be subcontracted shall be clearly identified.
3.6 JOINT BIDDING
Joint bidding is NOT accepted by Company;
3.7 MISCELLANEOUS
Statement on Tenderer’s letterhead, certifying that it has not been declared bankrupt.
Any other documents of commercial aspect necessary for the Proposal.
4.0 PRICE PART
4.1 COMPOSITION OF PRICE PART
The price part shall contain the Cover Letter of Bid, the Schedule of Prices and Rates and
shall be prepared and sealed separately and independently.
4.2 PRICE OFFER MATTERS
Tenderers shall enter all proposed prices, sums, rates for the subject WORK on a copy as
required;
Tenderer’s price offer shall be in accordance with and in strict compliance with the
Proposed Contract and all commercial terms and conditions relevant thereto;
CNOOC IRAQ LIMITED
All Bid prices shall be listed in Bid Currency (USD) which will also be the Contract
Currency;
Detailed breakdown of all prices shall be given if requested by Company;
Once specified, the price submitted in Tenderer’s Price Part shall be fixed and not be
subject to revision for any reasons including currency fluctuations;
Any discounts offered must be clearly stated.
In case of any discrepancy between the unit price and the subtotal quoted price, the unit
price shall be prevail.
Tenderer’s price proposal shall be in accordance with and in strict compliance with the
price format contained in Section 4, Schedule of Compensation, Proposed Contract and
all commercial terms and conditions relevant thereto, Tenderer’s price proposal shall be
disqualified if there is any inconsistency or incompliance.
5.0 ATTACHMENTS
Attachments 2A, 2B, 2C, 2D, 2E, 2F, 2G and 2H referred to above, follow this Section.
6.0 Tenderers shall comply with the criteria regulated in the technical, commercial and price
aspects of ITT in order to submit qualified proposals, especially any price. quotation with
conditional terms and notes will not be accepted by Company
CNOOC IRAQ LIMITED
SECTION 2
Date:
Address :
Attention :
Subject :
The undersigned confirms that it has carefully examined the above referenced Invitation to Bid Proposal,
hereinafter referred to as “ITT” dated [insert ITT date in dd/mm/yyyy format]
(a) Having examined your Request for Proposal and attachments thereto in respect of the above mentioned
package, we offer to provide the said Work in conformity with the said documents of the amounts and rates
contained in this Bid.
(b) If awarded the work, the undersigned hereby agrees to enter into a Contract with COMPANY under the
terms and conditions of the Contract included in the above referenced ITT and that the information
submitted by Tenderers in its Bid Proposal will be incorporated into the Contract.
(c) Tenderer agrees to that its Bid Proposal constitutes a firm offer to COMPANY which cannot be withdrawn
within 180 calendar days from the Bid Closing Date.
(d) Tenderer confirms it has fully satisfied itself as to the extent, the nature of the WORK to be performed and
has not included any pricing information in its Technical and Commercial Proposal, which will result in
disqualification.
(e) Tenderer confirms and accepts that COMPANY is not bound to accept the lowest or any proposal received
nor obliged to assign a reason for the rejection of any proposal. Tenderer confirms that any costs incurred in
the preparation of this Bid Proposal are entirely for Tenderer’s own account.
(f) Tenderer confirms that, if awarded the Contract, Tenderer will provide a Performance Bond strictly in
accordance with requirements and the Pro-Forma Contract included in this ITT.
(g) Tenderer certifies that this Bid Proposal is a bona-fide Bid Proposal and intended to be competitive and that
Tenderer has not fixed or adjusted the amount of the Bid Proposal by or under or in accordance with any
agreement or arrangement with any person not directly involved with its preparation.
Signed:
(Tenderer’s Name)
CNOOC IRAQ LIMITED
Signature: __________________________________
Title: __________________________________
Date: __________________________________
Notes: The Bid Proposal must be signed by person authorized to do so. If the person who signs the Bid is not
shown on the Certificate of Registration as having the right to sign on behalf of Tenderer, then the evidence shall
also include a certified power of attorney which authorizes that person to sign on behalf of Tenderers. Such power
of attorney must be executed by a person or persons who are shown on the Certificate of Registration as having
signature authority on behalf of Tenderer.
SECTION 2
Tenderers shall provide all information requested. Write ‘Nil’ or ‘NA’ (Not Applicable) where appropriate.
Company Name:
Registered Address:
Correspondence Address:
Contact Person:
Title:
Telephone:
Fax:
Email:
SWIFT/SORTING CODE:
1.2. Organization
Provide a certified copy of Tenderer’s Certificate of Registration, as issued by the companies registry in the
Tenderer’s home country, and if the Certificate is not in English, a certified translation into English must be
attached to the original language certificate.
1.3. Shareholders
TOTAL 100%
Professional
Name Title Length of Service
Qualification
Management
Technical
Non-Technical
Other
100%
Is your company a local affiliate of an overseas parent/principal company involved in similar nature of
work? Answer “Yes” or “No”
YES: NO:
If YES, attach a corporate organisation chart indicating the structure of Tenderers in relation to its
parent company, affiliated companies and subsidiaries and the ultimate holding company.
1.8. Subsidiaries
Does your company have any subsidiary company(s)? Answer “Yes” or “No”.
YES: NO:
Is your company located in a Free Port or Free Trade Zone (FTZ) or in a Licensed Manufacturing
Warehouse (LMW) or enjoy duty exemption under any special arrangements? Answer “Yes” or “No”.
YES: NO:
Provide the following information regarding your company’s capital structure and debt:
2) Authorized capital
3) Paid-up capital
4) Working capital
Attach audited financial statements for the last three (3) years in English.
YES: NO:
If YES, describe the amount and source of financing required for the contract considering that payment
shall be made by milestone payments or otherwise as described in the contract. Attach evidence of
credit availability, listing details of bank facilities in a form of banker’s references.
Have there been, or is there currently, any litigation, suits or court actions against your company? Answer
“Yes” or ”No”:
YES: NO:
Name Title
If the person who signs the CONTRACT is not shown on the Certificate of Registration as having the
right to sign on behalf of Tenderers, then the evidence shall also include a certified power of attorney
which authorizes that person to sign on behalf of Tenderers. Such powder of attorney must be
executed by a person or persons who are shown on the Certificate of Registration as having signature
authority on behalf of Tenderers.
Attach any printed technical and operational information detailing the general capabilities, services offered
and any information, which would be helpful in the analysis of Tenderers.
SECTION 2
Tenderers must be in full compliance with the requirements of this ITT. Nothing shall change or supplement this ITT, except ITT revisions by means of Circular
Letter issued in writing by COMPANY. However, should Tenderers wish to take exception to anything contained in this ITT, these shall be listed below.
Exceptions of Technical Matters should be supplement to a fully compliant tender. Exceptions that may modify or replace contract terms or other particulars are
subject to rejection and may be cause for disqualification of a tender.
* Cost
Article/ WORKS
Current Text (as it appears Impact (Only
Clause Proposed Exceptions Reason(s) for Exceptions Impact
in ITT) Indicate Yes
No. (+/-)
or No)
SECTION 2
II. GUARANTOR hereby guarantees the due performance by TENDERER of TENDERER'S obligations
under the TENDER NO.:
III. If TENDERER fails to comply with any of its obligations under the ITT Documents and/or if
TENDERER withdraws said Bid within the period of validity of its Bid and/or if TENDERER fails
after receipt from COMPANY of Letter of Award to enter into the CONTRACT with COMPANY, or to
provide a Performance Bank Guarantee in accordance with the CONTRACT requirements, then
GUARANTOR hereby irrevocably undertakes on behalf of TENDERER to pay to COMPANY on first
demand any sum of sums not exceeding (6) _________________ (US DOLLAR).
_________________
IV. Each demand by COMPANY for payment under this Bank Guarantee shall be made in writing
(including telex or cable ) to the following address:
GUARANTOR shall promptly notify to COMPANY any change in the above address.
V. Each demand under paragraph IV above shall indicate the breach of TENDERER'S obligations as
notified to TENDERER by COMPANY.
VI. GUARANTOR shall make payment hereunder on first demand without restriction or conditions
without any need for evidence as to the veracity of the same or to issue any formal notice or to take any
action through administrative or legal channels and notwithstanding any objection by TENDERER,
GUARANTOR shall not require COMPANY to justify the breach indicated in its demand for payment,
nor shall GUARARNTOR have any recourse against COMPANY in respect of any payment made
hereunder.
VII. No alteration in the terms of the Bid made by agreement between TENDERER and COMPANY shall in
any way release GUARANTOR from all or any part of its liabilities under this Bank Guarantee.
VIII. GUARANTOR shall pay any sum demanded by COMPANY hereunder within fifteen (15) calendar
days after the date of receipt of COMPANY'S demand.
IX. This Guarantee shall remain valid for a period of 210 calendar days from the closing date for
submission of Bid and in the event Guarantor is notified by COMPANY of the award of the
CONTRACT by COMPANY it shall be valid until signature of the CONTRACT by TENDERER and
COMPANY and the APPROVAL by COMPANY of the Performance Bond submitted by the
TENDERER for the CONTRACT. But at the latest, This Guarantee shall expire on .
X. The laws of England and Wales shall govern the interpretation, construction, enforceability, legality and
CNOOC IRAQ LIMITED
validity of this Bond, and all disputes arising hereunder or in any manner related hereto. This Bond
shall be subject to the Uniform Rules for Demand Guarantees, published as number 758 by the
International Chamber of Commerce, except as stated above. The Guarantor hereby submits to the
exclusive jurisdiction of the courts of England with respect to any action, suit or proceeding arising
under, or in connection with, this Bond.
XI. Guarantor represents that this Bank Guarantee has been established in such form and with such content
that it is fully and freely enforceable against GUARANTOR in the manner provided in paragraph Ⅹ
above.
(Date) _________________
(8) Bid validity period plus thirty (30) calendar days, in figures and letters
SECTION 2
Tenderers must be in full compliance with the requirements of this ITT. Nothing shall change or supplement this ITT, except ITT revisions by means of Circular
Letter issued in writing by COMPANY. However, should Tenderer wish to take exception to anything contained in this ITT, these shall be listed below.
Commercial Exceptions should be supplement to a fully compliant tender. Exceptions that may modify or replace contract terms or other particulars are subject to
rejection and may be cause for disqualification of a tenderer.
* Cost
Article/ WORKS
Current Text (as it appears Impact (Only
Clause Proposed Exceptions Reason(s) for Exceptions Impact
in ITT) Indicate Yes
No. (+/-)
or No)
* DO NOT enter any price information except a percent decreasing or increasing in contract price
SECTION 2
ASSESSMENT QUESTIONNAIRE
1. MARY INFORMATION
- Company: _______________________
- Address: _______________________
- Postcode: _______________________
- Telephone: _______________________
- Fax: _______________________
- E-Mail _______________________
- Business/Product/Service: _______________________
- Does your company have a formal Health, Safety and Environment Management Systems Manual and HSE
Policy document?
Yes / No
- Does your company have a formal Health, Safety and Environment Policy under promise of company
management?
Yes / No
4. ARRANGEMENTS
Yes / No
Yes / No
- What arrangements does your company have for management and supervision of the HSE aspects of work
activities? Describe the operational arrangements.
________________________________________________________________________________________
- Have your employees at all levels who plan, monitor, supervise and carry out the work received all the
training in their HSE responsibilities for their current jobs?
Yes / No
- Describe the process and give details of the content and duration for each general category of employee?
_______________________________
_________________________________________________________
8. EQUIPMENT
- How do you ensure that plant and equipment used by your employees is correctly registered, controlled and
maintained in a safe working condition?
_____________________________________________
_________________________________________________________
- What procedures does your company have for the provision, maintenance and replacement of standards and
specialized PPE?
_________________________________________________________
Yes / No
Attach a copy of the last 5 years incident recording (example like the OHSA).
CNOOC IRAQ LIMITED
_______________________________________________________
- What procedures does your company have for ensuring that the findings and recommendations of any
incident improvement action are implemented?
- Does your company maintain records of incident reports and use these as records of performance?
Yes / No
Attach a copy of the LTI’s (Loss Time Incident), LTA (loss time accident) and Total Recordable Incident Rate
and other measures of performance for up to the last five years.
_________________________________________________________
- Does your company employ other staff with formal HSE Qualifications?
Yes / No
Identify their position in the company and attach a copy of their resume.
__________________________________________________________
_________________________________________________________
- What actions does your company take to minimize the environmental impact of your work activities?
Describe these actions and identify the key personnel involved.
_______________________________________
_________________________________________________________
Yes / No
Describe. _______________________________________________
__________________________________________________________
- How does your company ensure that all employees are medically fit for the tasks they are to undertake?
Describe the procedure and state the frequency of checks.
_________________________________________________________
_________________________________________________________
- How is the health of those employees exposed to additional health risk monitored? Describe the procedure,
the aspects covered, the frequency of checks, where these are normally carried out and by whom.
_________________________________________________________
__________________________________________________________
Is there any procedure for HAZARD identification and risk assessment? (Attach supporting document)
Is there any procedure for reducing high risk level to ALARP? (Attach supporting document)
- All probable HSE achievement and awards should be mentioned and supporting documents should be
attached for assessment.
- Supplier shall have a system of specifying, monitoring compliance and updating HSE standards to cover all
hazardous operations.
- Supplier shall have clear and available change procedure of personnel, equipment and procedure.
Following submission of the completed questionnaire COMPANY may contact you to discuss your company’s
health, safety and environmental management arrangements in more detail. Please give the name and telephone
number of your nominated contact person if different from the submitter.
SECTION 2
RESUME
Name:
Position:
Nationality:
Date of Birth:
Gender:
Belief:
Education Background:
Period Education description
…
Training :
Period Training description
…
Certificates:
1
2
…
Work Experience:
Period Work description
…
Language:
Mother language:
Second language/level:
ATTACHMENT 2H - EXPERIENCES
Client’s Name Name of Project Type of Services Date of Service Client Contact Information
INVITATION TO TENDER
FOR
SECTION 3
OCTOBER, 2017
Dubai, U.A.E
Page 1 of 116
CNOOC IRAQ LIMITED
TABLE OF CONTENT
FOREWARD
1. GENERAL REQUIREMENTS
5. PROJECT SCHEDULE
6. DETAILED DESCRIPTION OF REQUIRED SERVICES
Page 2 of 116
CNOOC IRAQ LIMITED
DEFINITIONS
In addition to such terms as defined in the Agreement, the following terms apply to the Work as
defined in this document:
Bidder or Tenderer: means a company who is intended and/or invited by Company to bid and submits
a proposal in accordance with the requirements of this ITT.
Contractor or Contractors: selected contractor(s) (from among the Bidders) that signed agreement.
ESP supplier: means an ESP Supplier retained by Company to supply ESP equipment and related
services.
FOREWARD
Company, as Lead Contractor which undertakes the operation and development of MISSAN oilfields,
intends to seek for Contractors to provide total TWELVE (12)plus TWO (2) truck-mounted rigs
(12truck-mounted rigs with power rated 750HP≤Rig Power<1000HP and2 rigs with power rated
≥1000HP)and associated equipment and tools to implement well interventions, New well completions
and rigless operation in MISSAN oilfield in IRAQ.
Contract duration is Twenty-Four (24) months. Company shall have the right to extend the term for
twelve (12) months by at least a thirty (30) days prior notice.
Company has the right to mobilize more workover associated equipment and tools which keep the
same requirement in ITT upon the actual workload.
The service model is CALLOUT Service Model which means when Company needs Well Intervention,
New Well Completion, Well Stimulation Treatment, Reservoir Surveillance and associated services,
Bidder will be mobilized to execute the said services and will be demobilized after the service has
been completed.
The pricing models include LUMP SUM Model and RATE PRICE Model. The LUMP SUM Model will
cover BASIC SERVICE PACKAGE, SPECIAL SERVICE PACKAGE and OTHER SERVICE
PACKAGE, however the RATE PRICE Model will cover the services items which are predicable but
exclusive of Basic Service Package, Special Service Package and Other Service Package. The Basic
Service Package will cover most certain and predicable works during well interventions and new well
completions. However the associated Special Services Package and Other Service Package will
cover the particular and predictable works during the aforesaid operations. Such associated Special
Service Package and Other Service Package include such kinds of operation as cement slurry
squeezing, sand-alone sand screen deployment, Gravel Pack,
1. GENERAL REQUIREMENTS
1.1 Bidder is responsible for Well Site security which is standardized adhered to Company Security
Policy. All transportation related to Bidder’s personnel and equipment and tools and materials
between Bidder’s facilities and Company’s Well Site and vice versa shall be at Bidder’s account
and responsibility.
Page 3 of 116
CNOOC IRAQ LIMITED
1.2 Each Bidder shall be capable to provide at least Five (5)truck-mounted rigs with power rated
750HP≤Rig Power<1000HPand at least One (1)rig with power rated≥1000HP, and at least
Two(2)sets of Stimulation equipment (including acidizing equipment, nitrogen equipment
coil-tubing equipment, flow-back equipment and waste fluid treatment equipment), and at least
Two(2) sets of slick-line equipment and at least Two (2) sets of wire-line equipment.
1.3 Company reserve the right to award the Contract to different individual contractors based on
the capability and mobilization proposed by Bidders.
1.4 For displaying operation capacity, bidder should state technical and logistical support for the
well site operation.
1.5 Subcontractor limitation: Bidder shall have its own capability to provide more than 70% service
items excluding acid-fracturing service, casing reparation service and hydraulic radial jetting.
1.6 Mobilization plan:
After awarded contract, Contractor shall mobilize truck-mounted rigs and associated rig crews,
tools and materials to MISSAN Oilfields as stated in below: -
Bidders illustrate maximum capacity by providing mobilization schedule within four (4) months.
According to preliminary operation plan, At least Eight (8) truck-mounted rigs with power rated
750HP≤Rig Power<1000HP and at least four (4) sets of Stimulation equipment (including
Page 4 of 116
CNOOC IRAQ LIMITED
- Manufacture certificates for whole rig facility, CTU and coiled tubing, Acid pumping system,
nitrogen system, three-phase separator, TCP perforating explosives.
- Maintenance and Inspection record for BOP system, hoisting system, circulating system,
rotary system, drilling tools, power system, CTU and coiled tubing, Acid pumping system,
Nitrogen system, flow-back equipment, slick-line and wire-line equipment
- All the certificates and records shall be in English.
1.12 Company shall have rights to send 5engineers for 7 days excluding travel time to check and
confirm the availability of Bidder’s equipment, tools and materials after awarded and before
mobilization and Contractors shall be responsible all relevant full-board cost including visa
application, air tickets, catering, accommodation and other cost. Bidder shall be responsible for
Visa Application once receiving approval documents
1.13 For each service item required in this Section, Bidder shall submit its main performance in the
past three years.
1.14 Bidder shall have the valid certificates with English model of ISO 9001, ISO 14001, ISO 18001
and IADC membership.
1.15 Certificates of country of origin, API certificates and third-party inspection certificates shall be
applicable to the sale products except for Redress Kits which belong to consumable materials.
The acceptable country of origin is USA, West Europe, Canada and Japan.
1.16 Contractor will be responsible for all health, safety, environment and insurance aspects for its
equipment and tools and service personnel while working at its facilities and at Company’s well
sites.
1.17 Contractor shall provide enough backup tools to assure the continuity and efficiency on
requested operation. No cost shall be applied for the backup equipment and tools at well siteor
Bidder’s camp and Contractor shall bear all of the cost impact which is due to the unavailability
of the backup tools.
1.18 Contractor must have all of conventional fishing tools for all of the supplied down-hole
equipment such as (coiled tubing, slick line, wire line, tubing pipes, packers).
1.19 Company Representative will be ultimately responsible for the management of the work to be
performed in safe manner, but this is no way to alleviate Bidder from its responsibilities under
this Agreement.
1.20 Company reserves the right to reject any Contractor’s personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost for the
operation within 30days.
1.21 Contractor shall provide an employment & training program for local employees to work for
oilfield operation.
1.22 Personnel CV’s shall be provided by completing the forms included in the technical
specification with English model. Key Personnel shall be fluent in spoken and written English.
1.23 Company reserves the right to modify contracted work requirement and/ or use another
contractor depending on the contractor’s performance, ability and availability of equipment and
tools.
Page 5 of 116
CNOOC IRAQ LIMITED
1.24 For any of the required services stipulated herein in the ITT technical documents, all bidders
are encouraged to submit the new-technology equipment and/or services not mentioned here
in an enclosed envelope for both of the technical and commercial offers.
1.25 The subject scope of work shall cover required rig/rigless operations services for the new wells
and old wells as per Company requirements.
1.26 Based on the company revised work plan and with considering the fluctuations in the oil prices,
Company has the right to adjust the work schedule (well names, well types, etc) without any
objections from Contractor.
1.27 Contractor shall provide training course regarding with new technologies which to be adopted
in MISSAN Oilfields, such as coiled-tubing drilling/milling, acid-fracturing, deformed casing
reparation, and hydraulic radial jetting, etc. for five (5) engineers from Company for seven (7)
days in international training center and Contractor shall be responsible for all relevant
full-board cost including visa application, air tickets, transportation, catering and
accommodations.
1.28 Contractor shall provide five (5) day workshop with five (5) engineers from Company regarding
how to optimize the operation and communication during the contract execution and Contractor
shall be responsible for all relevant full-board cost including visa application, air tickets,
transportation, catering, accommodations and necessary routine cost.
1.29 Contractor shall provide Walkie-talkie / Isatphone / Video Conference / Security monitoring at
well site, Real Time Data Transmission to FOD Down-hole Operation Commanding Center.
1.30 Contractor shall provide the formal bookbinding documents (3 color copies) and electronic
documents (3 copies, CD-rom) including the operation designs of the well activities have been
implemented during the contract execution period within three (3) months.
1.31 Screen display and gauge display for pressure/temperature/flowrate of bidder’s equipment
shall be English version, all equipment shall have English version certificates.
MISSAN Oil Fields are reservoir of anticline structure control, medium porosity and
low-permeability tertiary carbonate rock and cretaceous limestone. The main producing
formations consist of two parts: one is called ASAMRI formation belonging to tertiary carbonate
rock, which is born in the ABU GHIRAB and FAUQI oilfields (upper), the other is called
MISHRIF formation belonging to cretaceous limestone, which is born in the BUZURGAN and
FAUQI oilfields (lower). Both of the reservoirs are driven by bedded edge-water and blocky
basal-water.
Page 6 of 116
CNOOC IRAQ LIMITED
MISSAN Oil Fields include three field, Total of 126 wells have been drilled before Dec 31, 2015,
including 101 wells in production and 25 wells shut in.
The development history of MISSAN Oil Fields can be divided into 4 periods: the Production
Period (1976-1980), the Shut-down Period (1980-1998), the Re-open Production Period
(1998-2010), the Rehabilitation Period (2010-2013), and the Enhanced Redevelopment Period
(2014-2015).
ABU GHIRAB Oilfield is located in the border of Iraq and Iran. It was brought into production in
1976, but was shut down from the end of 1980 until the middle of 1998 for 17 years.
ABU GHIRAB Oilfield is a NW-SE oriented elongated anticline. Total wells drilled in ABU
GHIRAB field is 45 (40 producer wells and 5 shut in wells). Meanwhile, the current reservoir
pressure is still above the bubble-point pressure due to sufficient formation energy.
BUZURGAN Oilfield
BUZURGAN oilfield which is relatively far away from the border of Iraq and Iran was put into
production in 1976, but shut in from end of 1980 until the middle of 1998 for 17 years.
BUZURGAN Oil field is also a NW-SE oriented elongated anticline measuring 40km by 7km
(Figure 2-1). The MISHRIF formation is the evaluation and development formation, but only
MB21 and MC1/MC2 sub layers of MISHRIF are on production. Total wells drilled in
BUZURGAN field are 51 (39 producer wells and 12 shut-in wells).
FAUQI oilfield
The FAUQI Oilfield lies in the border of Iraq and Iran, including two formations of ASAMRI and
MISHRIF. It was brought into production in 1979, but was shut down from the end of 1980 until
the middle of 1998 for 17 years.
The FAUQI Oilfield is also a NW-SE oriented elongated anticline (Figure 2-2). As for the two
production formations, the ASAMRI Oil Field produces 75% of the total oil and the rest amount
of oil is from the MISHRIF formation. Currently, Total wells drilled in FAUQI field are 44 (37
producer wells and 7 shut in wells).
Page 7 of 116
CNOOC IRAQ LIMITED
According to the core data and the reservoir log response, the reservoir lithology is carbonate rock
and the bottom of the ABU GHIRAB is sandstone and clastic rock, the reservoir lithology is carbonate
rock and the bottom of the BUZURGAN is dolomite. The reservoir bearing is mainly porous, with
certain micro-fracture, but the micro-fracture does not make contributions to the reservoir more.
• ASAMRI Layer
Three small layers of Group A in ABU GHIRAB oilfield are all of low-porosity, low-permeability and
high-heterogeneity. Average porosity of Group A is 5% roughly and average permeability is below
10×10-3μm2. Compared to A1 and A3, porosity of A2 is relatively low. Petro-physical properties of
Group B apparently surpass those of Group A. Petro-physical properties of B1, B2 and B3 are almost
equal, with the average porosity of 12% roughly and average permeability of 10~30×10-3μm2.
Porosity and permeability of B4 are relatively high, with the average porosity of 15% roughly and
average permeability of 100×10-3μm2. Petro-physical properties of B4, B2, B1, B3 change from good
to poor
All Three small layers Group A in FAUQI oilfield are of low-porosity and low-permeability. Average
porosity is approximately 10% and permeability of A1 and A2 is still below 10×10-3μm2 but above
10×10-3μm2 in A3, The petro Petro-physical properties in north region are better than in south region.
4 small layers of group B are mostly of middle to low porosity, approximately 20%. The average
permeability is above 50×10-3μm2. B1 and B2 are of low, porosity, below 10%, and of permeability
under 10×10-3μm2, while B3 is of good Petro-physical properties. The south district of B4 is of
high-permeability reservoir. Petro Petro-physical properties from good to poor are B4, B3, B1, and B2
in sequence. The Petro-physical properties of B3 and B4 in south district are better than that in north
district. The petro Petro-physical properties of B1, B2 in north district is better than that in south
district.
Page 8 of 116
CNOOC IRAQ LIMITED
• MISHRIF Layer
The MISHRIF layer in BUZURGAN oilfield, due to the influence of sedimentary facies belt and
dissolution, is of strong heterogeneity. MB21 layer, as an example, is quite heterogeneous. Its
average porosity ranges from 14.5% to 19.36%, but permeability varies greatly, of which the
maximum permeability of best layer MB21-D1 can reach 3212×10 μm , but with the average
-3 2
285×10 μm , but with the average permeability 4.04×10 μm , which illustrates strong heterogeneity
-3 2 -3 2
Porosity and permeability share the feature of gradual declination from top to bottom, which indicates
positive correlation between porosity and permeability.
- The following table shows the MISSAN oil fields Petro physics properties
Page 9 of 116
CNOOC IRAQ LIMITED
Water cut% 15 6 30 10
Corrosive gas partial pressure:
The original formation temperature and pore pressure is normal temperature and pressure
system. The original formation temperature and pore pressure is as follow: -
Pressure Geothermal
Oilfield Layer System
Coefficient/pressure gradient/temperature℃/100m
Page 11 of 116
CNOOC IRAQ LIMITED
Page 12 of 116
CNOOC IRAQ LIMITED
Page 14 of 116
CNOOC IRAQ LIMITED
4-.Associated services
Page 15 of 116
CNOOC IRAQ LIMITED
Page 17 of 116
CNOOC IRAQ LIMITED
Page 18 of 116
CNOOC IRAQ LIMITED
Page 19 of 116
CNOOC IRAQ LIMITED
Note: OPD means the Oil Production Department. DOD means the Down-hole Operation Department which
also means the Completion and Work over Department.
Page 21 of 116
CNOOC IRAQ LIMITED
Page 22 of 116
CNOOC IRAQ LIMITED
Note:
o All the operation shall be conduct as per Company on site supervisor instructions on daily basis.
o Onsite rig crew shall corporate with ESP team to perform the operation safely and smoothly.
o Safety briefing and JSA shall be conduct prior start the job.
o ESP Supplier Engineer shall stay on the rig floor during RIH/POOH in order to supervise the
operation.
o Rig crew will be fully responsible to lift up or set tubing slips which shall be under supervisor/
instruction from the Supplier ESP engineer.
f) Well Stimulation
l) Rigless operations, such as acidizing and flow-back, slickline operation, wireline operation.
q) Acid-Fracturing
Page 23 of 116
CNOOC IRAQ LIMITED
5. PROJECT SCHEDULE
The term of the Agreement shall commence on the contract date and continue to be effective for
twenty-four(24) months. Company shall have the right to extend the term for twelve (12) months by at
least a thirty (30) days prior notice.
4) Tubular Handling Services for production tubing, wash pipes and sand screens, etc.
7) Coiled Tubing Services for acidizing, gas-lift, sediments cleaning out, hardware milling/
cutting / fishing, pumping with diesel/demulsifier/ viscous fluid, etc.
9) Nitrogen Service
13) Storm Valve & RTTS Packer with associated down hole tools Service
16) Rigless operations, such as acidizing and flow-back, slickline operation, wireline operation.
20) Company material transportation service between Company’s facility and well sites
Page 24 of 116
CNOOC IRAQ LIMITED
Page 25 of 116
CNOOC IRAQ LIMITED
2) Rig service
4) Tubing and drill pipe operation and make-up torque monitoring service
5) Pumping and squeezing service, setting cement plug(s), drilling out cement plug(s)
13) Sand control (Stand-Alone Screen deployment and/or Gravel Pack Sand Control)
14) Operation data monitoring, digital data recording and Others related rig operation
15) Personnel
17) Etc.
1) Bidder shall provide qualified truck-mounted Rigs to perform the well intervention,
completion and associated service within the scheduled period.
2) Bidder shall be capable to provide one rig with at least 1000HP power ratedto perform
complex well intervention operation which need higher house power.
3) Bidder should pay more attention to the down-hole production tubing with the size of 7-5/8”,
5-1/2”, 4-1/2”, 3-1/2”, 2-7/8” and 2-3/8”. The equipment and service tools which Bidder
supplied should match the different size requirement. Considering the tubing connections,
the torque monitoring and recording devices should be equipped for gas tight thread. The
tubing tongs and elevators and slips shall be capable to handle with carbon steel and 13Cr
material. Micro-grip gripping system shall be utilized when handling with steel material with
high content of Chrome. The Bidder shall provide tubular handling equipment and tools to
run size 2-3/8” – 7-5/8” OD pipes and screens, e.g. false rotary, safety clamps, etc.
4) Dopes for tubing connections shall also be provided by the bidders at no additional charges
to company.
Page 26 of 116
CNOOC IRAQ LIMITED
5) Considering the variety of the size of X-Mass tree and tubing head, Bidder must prepare
suitable adapter for connection between Bidder’s equipment and Company equipment (e.g.
between BOP and tubing head(or tubing spool).
6) Bidder shall provide variety of the size of wear bushing for workover operation, in particular
for the existing wells, such as 7-1/16” and 11”.
7) Regarding to the existing tubing head replacement Bidder shall provide RTTS packers and
Strom Valves for 9-5/8” (47.0/53.5/58.4ppf N-80/61.1ppf P-110), 7”(29.0/32ppf) and 6-5/8”
(28.0ppf) RTTS to create safety barrier.
8) Rig Specification shall be based on workload and scope of service; Bidders are requested
to list equipment in the following table.
9) The rigs manufactured later than JANUARY 1ST OF Y2010 are preferred (If proposed
brand-new rigs, please confirm whether already manufactured or not, if manufactured, please
provide the manufactured year for each proposed rig with manufacturing certificates
accordingly.)
10) Considering fishing operation and special operation, Bidder shall provide some 2-7/8”DP
and 2-3/8” DP and relevant handling tools and crossover subs, based on the company’s
notification within one (1) month.
Kelly pipe, drilling pipe, pup joints, cross over (can meet with
fishing and washover operation):
Hydraulic tubing tong
Make-up Torque Monitoring System
Related necessary tools used in operation stipulated in
Bidder
Electricity supply system
Fork lift truck
Crane
Real time data transmission and videomonitoring system
(Provide real-time transmission WOH, SPP, WOB, RPM,
Torque, depth, Pit volume, trip tank volume,the remote video
can show video for rig floor operating)
Etc.
Bidder
Electricity supply system
Fork lift truck
Crane
Real time data transmission and videomonitoring system
(Provide real-time transmission WOH, SPP, WOB, RPM,
Torque, depth, Pit volume, trip tank volume, the remote
video can show video for rig floor operating)
Etc
Note: Bidder shall provide valid Inspection Certificates issued by third parties. The valid Inspection
Certificates shall include but not limited to copies of related valid certificates with Bidding Documents
which include but not limit to BOP system, hoisting system, circulating system, rotary system, drilling
tools, power system.
1) Bidder shall provide at least one Workover engineering technician with more than 8 years
Workover experience for each rig.
2) Bidder shall provide qualified personnel for rig operation. Key personnel should have more
than eight(8) years work experience (with overseas experience are preferred).Key
personnel shall include rig manager, engineering technician, tool pusher, HSE supervisor.
Company reserves the right to reject any Bidder’s Personnel that Company considers
unsuitable. Bidder must provide qualified replacements at no additional cost for operation.
3) Considering the H 2 S issue, all the relevant personnel worked in wellsite are requested to
have H 2 S protective training.
4) The key positions for wellsite shall be required to have international well-control certificate
(IWCF or IADC).
6) Bidder shall provide Resumes of key Personnel with its Bidder documents together
Number of Personnel
Classification Nationality
Total Assigned On Site
Engineering technician
Tool Pusher
HSE supervisor
Driller
Assistant Driller
Derrick man
Page 29 of 116
CNOOC IRAQ LIMITED
Floor man
Senior Mechanic
Rig Mechanic
Senior Electrician
Rig Electrician
Welder
Roustabouts
Doctor
Crane Operator
Etc.
TOTAL
Page 30 of 116
CNOOC IRAQ LIMITED
1) Completion fluid, used for controlling the well during the completion operations, approximate
300psi of overbalance pressure
2) Well killing fluid, used for killing any kicks, overflow or blowout
4) Packer fluid, used for protecting the casing above the production packer from corrosions.
5) Gelling fluid (hi-vis pill), a kind of hi-vis pill for sediment or debris cleanup and other
operational requirement
7) Special types of Chemicals to plug the perforation prior to killing the wells for avoiding the
losses during well completion or well intervention operations, bidders are encouraged to
offer such chemicals and it should be soluble after completing the well completion or well
intervention operations (the subject chemicals should has no further effect on the reservoir
–Non damaging the reservoir)
8) Filtration service
2) Comparing to the adjacent well historical data for optimizing the density of Work Fluid. Based
on current formation pressure, the density of Work Fluid should be with safety margin ≥
0.05SG.
3) In consideration of the fact that MISSAN Oil Fields mainly include limestone reservoirs, which
are not sensitive to external fluid and adopt acidification before being put into production,
clean brine can be used as completion fluid. Clean brine is recommended as the perforation
fluid when casing perforation is used and the density of the perforation fluid is adjustable
within the range of 1.0 SG-1.15 SG. It is determined to use sodium chloride brine as base
fluid plus corrosion inhibitor as casing perforation completion fluid.
1 Completion Fluid
3 Perforation Fluid
4 Packer Fluid
Note
Contractor shall collect the required core samples from Company for each pay zone and shall
conduct the required studies to ensure the proposed work fluid formula is compatible with the
reservoirs (Core permeability recovery rate>85%). The lab test report shall be submitted to
Company for approval within two (2) month sooner after awarded. Contractor shall adjust the
work fluid formula as per study results accordingly.
The bidder should submit in Technical Part of the Bidding Documents the technicaldescription of
all proposed mud chemicals which could be used during well completion and well intervention
operations
Page 32 of 116
CNOOC IRAQ LIMITED
12 NaHCO 3
13 Polymer
14 Corrosion Retarder
15 Gel Breaker
16 Casing Cleaner
17 Viscosifier
18 Modified Starch
19 HT Modified Starch
20 LCM
21 Sulfide Scavenger
22 Bactericide
23 Clay Stabilizer
6) All the chemical material provided by Bidder shall have Material Safety Data Sheet (MSDS)
specification.
7) All the chemical material provided by Bidder shall be inspected by TPI and submitted related
inspection report.
8) Bidder shall provide copies of related valid certificates for equipment with Bidding
Documents
9) Bidder shall design and provide thesolid-free fluid systems.
10) Bidder shall have a laboratory in Missan Oilfield to perform quick sample analysis and a
large comprehensive lab in company for continuous technology improvement
11) Bidder should respectively provide the related equipment and agent for each experiment.
Page 33 of 116
CNOOC IRAQ LIMITED
b). Comprehensive Work fluids formula evaluation and optimization lab in company
1) Bidder shall provide qualified personnel for the work fluids service.
2) Company reserves the right to reject any Bidder’s Personnel that Company considers
unsuitable. The Bidder must provide qualified replacements at no additional cost for the
service.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
4) Mud engineers working at well sites shall have international well-control certificate (IWCF or
IADC).
2) Daily report which include but not limited work fluid quantity, property, loss situation,
material consumption, work description.
3) Final report
Page 34 of 116
CNOOC IRAQ LIMITED
2) Technical supporting and simulation software provision during contract execution period.
7) Cementing casing
8) Operation program
1) Bidder should have capacity to provide cementing equipment and tools as follows (as a
reference ):
ITEM EQUIPMENT / TOOLS DESCRIPTION SPECIFICATION
Truck-mounted twin triplex cementing pump Unit (to
1
be detailed),Cement Pumps ≥10000psi
Total Volume of Batch Mixer ≥ 30m
3
2
3 Water supply pump
4 Mixing Water Tanks
5 Cement property evaluation equipment
6 Cementing Tools (to be detailed)
7 Running tools for cementing retainer (to be detailed)
8 ……. Etc., to be filled by bidders
2) Bidder shall provide sufficient equipment in responsibility for pressure test and/or cement
squeezing and/or cement plug operation as follows
3) Bidder shall have an laboratory in Missan Oilfield to perform quick sample analysis and a
large comprehensive lab in company for continuous technology improvement
4) Bidder should respectively provide the related equipment and agent for each experiment.
1 Retarder
2 Salt-Resisting Fluid Loss Additives
3 Dispersant
4 Defoamer
5 Pre-Flush
6 Gas Block Additive
7 Anti-corrosion of H 2 S & CO 2 Agent
8 Weighting Agent
9 Spacer
10 Class G Cement
11 Others
2) All the chemical material provided by bidder should have MSDS specification
3) All the chemical material provided by bidder shall be inspected by TPI and submitted related
inspection report.
Page 36 of 116
CNOOC IRAQ LIMITED
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
disqualified. Contractor must provide qualified replacements at no additional cost to
Company.
3) Considering the existenceH 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
4) Service engineers working at well sites shall have international well-control certificate (IWCF
or IADC).
6) Bidder shall provide key personnel resume of personnel with bidding documents.
Page 37 of 116
CNOOC IRAQ LIMITED
3) Through-tubing perforating
4) Operation program
1) Responding with the required service, Bidder shall respectively provide list table of equipment,
tools and material as follows.
TCP PERFORATING
item Specification
Surface equipment
Down-hole tools
Etc.
item Specification
Surface equipment
Down-hole tools
Etc.
2) As to wire-line perforating, Bidder should provide several kinds of perforating gun to fit for
different well profile and different operation purpose in quotation. The specification of casing
and tubing to be perforated services are illustrated as below.
1 7.0 inch casing 7.0 inch OD casing, 29.0-32.0ppf, C-95 or L-80, or T-95
2 6-5/8 inch casing 6-5/8 inch OD casing, 28.0ppf, C-95 or L-80 or T-95
3 5-1/2 inch casing 5-1/2" OD casing, 17.0ppf – 20.0ppf, C-75
4 4-1/2 inch casing 4-1/2” OD casing, 13.5ppf - 15.1ppf, C-75
requirement Big-Hole Explosive Charge is necessary, and for the perforating through dolomite
or limestone formation Deep-Penetration Explosive Charge is needed. TCP perforating
package shall include relevant down-hole service such as RTTS packer, Rupture Disc, etc.
The specification of casing and tubing to be perforated are illustrated as below,
7.0 inch casing 7.0 inch OD casing, 29.0 - 32.0ppf, C-95 or L-80, or T-95
6-5/8 inch casing 6-5/8 inch OD casing, 28.0ppf, C-95 or L-80 or T-95
5-1/2 inch casing 5-1/2" OD casing, 17.0ppf – 20.0ppf, C-75
4-1/2 inch casing 4-1/2” OD casing, 13.5ppf - 15.1ppf, C-75
7) Bidder shall provide copies of related valid certificates for equipment with Bidding Documents.
8) Technical supporting and simulation software provision during contract execution period.
9) Bidder shall provide Perforating System Evaluation Report (API RP 43 section 1) for explosive
charges.
10) Bidder shall provide detailed perforating explosives mobilization plan of which all relevant
material arrived in Missan oilfield since the date of contract signed.
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost to
Company.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
4) The key positions for wellsite shall be required to have international well-control certificate
(IWCF or IADC).
Page 39 of 116
CNOOC IRAQ LIMITED
Page 40 of 116
CNOOC IRAQ LIMITED
6.6 ACIDIZING SERVICE AND PUMPING SERVICE WITH ACID PUMPING UNIT
Matrix Acidizing is adopted to realize blockage/damage removal in the near wellbore region
with intention to restore the productivity and is applicable when acid-fracturing is not feasible
since there is bottom water. Bidder shall fully understand the operation area feature and the pay
zone geological/reservoir characteristics, especially the content of H 2 S and CO 2 . Bidder should
work out suitable acidizing treatment system for target pay zone and shall submit the detailed
operation design and program based on formation data.
Deep-Penetration Acidizing to enlarge the matrix acidizing scale is also adopted to solve the
problem associated with lower production rate or shut-in well in some complicated wells, so,
enough lab tests and case histories are required from the bidder to prove its effectiveness.
According to the requirement from company reservoir department about the problematic wells’
associated with Asphalt or Wax precipitations, Bidder should provide chemical agent such as
Organic Solvent to soak and dissolve Asphalt or Wax precipitation. The organic solvent shall be
0
low-toxic and with flash point over 60 C. The organic solvent must be highly efficient and able to
dissolve all of the precipitated organic materials in the wellbore and in the near wellbore
regionwith sound practices.
Acidizing success condition: production enhancement should be achieved after acid treatment,
so, the Skin factor should be less than zero after stimulation. Skin Factor Measurements
charges (charges of Well Systematic Test) shall be at contractor’s account in case if no
enhancement after stimulation operation, and the contractor shall redo the stimulation job free of
charge accordingly.
Bidder shall own laboratory in Missan Oilfield to conduct the required lab tests timelyas and
when required for provision of BS&W, H 2 S, pH value, Chloride Iron content, density, viscosity,
organic and inorganic scale solubility and water salinity analysis, emulsion analysis etc. The
laboratory must be located in MISSAN OIL FIELDS to carry out the required Lab tests and to
ensure the proposed acid materials and/or solvent shall achieve the company requirements.
The contractor should study each candidate well reservoir petro-physics/production history prior
each stimulation operations to ensure the stimulation operations shall fulfill the company
expectations. Based on the reservoirs characteristics, Bidder should provide acid and organic
solvent Formulation for Each Target Reservoir and enough Lab test should be conducted
prior starting the stimulation operations to prove such chemical structure shall be suitable to the
pay zone reservoir characteristics and can meet the company requirements. During acid
treatment operations the acid injection rate should be as high as possible, without damage to the
formation (don’t exceed the formation fracturing pressure).
The following table is only for bidder reference and the bidder should study each formation
characteristic well then propose the best acid treatment effective technique and applications for
each candidate well.
Page 41 of 116
CNOOC IRAQ LIMITED
2) Personnel service
3) Operation program
4) Acidizing
7) Water Injection
d. Pump rate≥2.5bpm;
B: Rest related equipment: To be detailed by bidder.
- Bidder should have own power generator equipment to use for the acidizing operation in
case of lack of power on well site.
- Bidder shall provide crossover subs, flexibly lines or associated devices to connect with
Christmas trees.
- Bidder shall provide tanks, mix equipment and all the associated devices to support the
above jobs.
- Bidder shall provide effective DAS (data acquisition system)for all but not limited above
jobs.
2) Bidder shall provide copies of related valid certificates for equipment with Bidding
Documents.
3) Bidder shall have alaboratory in Missan Oilfield to perform quick sample analysis and a large
comprehensive lab in company for continuous technology improvement
4) Bidder shall provide the related proofs like the equipment and agent list.
Page 43 of 116
CNOOC IRAQ LIMITED
3) Company keeps the right to inspect properties of the Bidder’s acidizing systems by the third
party.
4) Company keeps the right to evaluate acidizing effect and take a measure to improve the
acidizing function.
5) Bidder should fill out the following table by the acid treatment/organic solvent proposals for
each type of pay zone
1) Contractor shall provide qualified personnel for the operation. The key technical personnel
like technical supervisor/engineer and team leader shall have 5 years work experience (with
overseas experience are preferred).
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost for the
operation.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
Page 44 of 116
CNOOC IRAQ LIMITED
4) The key positions like team leader and pump operators for wellsite shall be required to have
international well-control certificate (IWCF or IADC).
Page 45 of 116
CNOOC IRAQ LIMITED
Page 46 of 116
CNOOC IRAQ LIMITED
3) Bidder shall provide crossover subs or associated devices to connect with Christmas trees.
6) Bidder shall provide copies of related valid certificates for equipment with Bidding
Documents.
st
7) CTU & injector and Nitrogen pump manufactured later than January 1 of Y2014 is
preferred.
8) Company reserves the right to modify contracted work requirement and/ or use another
Bidder depending on the Bidder’s performance, ability and availability of equipment and
tools.
9) In case of inspection requested by Company for a tool and is found defective, Bidder should
bear inspection expenses, otherwise inspection cost shall charge to Company.
10) Before use, each tool in Bidder base will be used for Company project should be supported
by the necessary documents (inspection, testing reports etc.).
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost for the
operation.
3) Considering the existence of H 2 S, all the personnel worked in well site are requested to
have H 2 S protective training and related certificate with bidding documents.
Page 47 of 116
CNOOC IRAQ LIMITED
4) The key positions for well site shall be required to have international well-control certificate
(IWCF or IADC).
Page 48 of 116
CNOOC IRAQ LIMITED
6) Enough storage tanks on well site should be available with contractor equipment for
continuous flow-back operation.
7) The contractor must calibrate the flow-back Test tanks with the company degassing station
testing facilities and should assure the maximum deviations not exceeding than 20%.
8) Field Test data, including BS&W, upstream wellhead pressure, downstream pressure,
temperature, daily production rate, content of H 2 S, etc., shall be measured and recorded in
daily basis during flow-back period.
9) Experimental Test Data, including content of Chloride Iron and content of water salinity, shall
be provided timely upon Company request.
10) Experiment Test on emulsion and sediment content analysis shall be implemented by Bidder
and provide the test results timely upon Company request.
12) Flow meter for measuring the flow rate during flow-back operations should be combined and
aligned with the flow-back equipment layout to double check the test tank measuring results
Page 49 of 116
CNOOC IRAQ LIMITED
13) All the material provided by bidder should have MSDS specification.
14) Bidder shall provide copies of related valid certificates for equipment with bidding Documents.
6.8.3 PERSONNEL REQUIREMENTS
1) Contractor shall provide qualified personnel for the operation.
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost to
Company.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
4) The key positions for wellsite shall be required to have international well-control certificate
(IWCF or IADC).
5) Service personnel should communicate fluently in English.
6) Bidder shall provide resume of personnel with bidding documents.
7) Bidder shall provide details of personnel as follows (as a reference).
Page 50 of 116
CNOOC IRAQ LIMITED
Page 51 of 116
CNOOC IRAQ LIMITED
Sulfides mg/l ≤1
Cr mg/l ≤0.5
Pb mg/l ≤0.1
pH 6-9
Chromaticity color ≤ 60
Page 52 of 116
CNOOC IRAQ LIMITED
In order to perform this service, Bidder should have capability of providing following service. Before
well site operation, the operation program should be submitted by bidder and approved by Company.
After work completed, Bidder provide corresponding data interpretation.
Page 53 of 116
CNOOC IRAQ LIMITED
NOTE
- Well build-up pressure test Drop electronic pressure gauge down into the mid-depth of
reservoir when the oil well produce normally, in order to do the producing ability test,
park more than 4 hours at each choke size, and get the producing rate of more than at
least 3 choke sizes; then shut in the well, measure the build-up process of bottom hole
pressure from production status to the static state. The shut- in test time is about more
than 72 hours.
- PVT sample: two (2) samples will be taken for a same formation per well, bidder shall
provide PVT downhole tools and relevant sample transfer device.
- Bidder shall provide preliminary surveillance report within 1 week after finish operation,
and provide final surveillance report within 1 month.
- Slick-line operation shall include Dummy Run as industrial standards and operation
requirement.
- Bidder shall provide preliminary surveillance report within 1 week after finish operation,
and provide final surveillance report within 1 month.
2) Bidder shall provide copies of related valid certificates for equipment with Bidding
Documents.
3) Production logging service should be proposed to include CCL, Gamma Ray, Fluid Density,
Pressure, Temperature, Water Holdup, and flow meter (Full Bore / Continuous Flow meter
and Inline Flow meter) seven parameters.
4) Technical supporting and simulation software provision during contract execution period.
5) For setting bridge plug or packer service, Company provide setting tools. Bidder provides
setting explosive material matched with setting tools.
6) The minimum through-bore ID is 1.760 inch in MISSAN oilfields, the Through-tubing casing
integrity test tools shall be suitable for the said minimum through-bore ID.
Page 54 of 116
CNOOC IRAQ LIMITED
8) Bidder shall clearly illustrate wire-line specification, new or used, and operation well depth.
9) Bidder shall provide lubricators, wire-line BOP (Pressure rate≥10000psi) and shooting
nipple for perforated cased-hole logging purpose.
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost to
Company.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training and related certificate with bidding documents.
4) The key positions for well site shall be required to have international well-control certificate
(IWCF or IADC).
Page 55 of 116
CNOOC IRAQ LIMITED
2) Bidder shall provide Company with one qualified completion engineer per site operation within
72hrs of receiving written notice (on call out basis).
- The Completion Engineer shall be fully qualified to check all the down hole tools condition
on well-site, Record the type of down hole tool, check the threads, dimensions (length, OD,
ID), recommended torque, series number. amount of the down hole tools,
- The Completion Engineer shall be qualified to supervise running and pulling operations of
the down-hole tools and setting and/or releasing the different types of the packers
(Retrievable Hydraulic and/or Mechanical and Hydraulic Permanent or wire line set
packers).
- The Completion Engineer shall be responsible for chemical injection line installation
including pressure test and splicing with proper service tools and test pump.
3) Providing the written detailed reports with schematic
4) RTTS packer and Subsurface Control Valve (Storm Valve)with associated downhole tool service
for 6-5/8” OD, 7.0” OD and 9-5/8” OD casing cased hole. Subsurface control valve working
pressure should be ≥10000psi.
Page 57 of 116
CNOOC IRAQ LIMITED
2) Bidder personnel should be fluent in English language written and spoken and must be
experienced and fully qualified to perform efficiently the required services.
3) Due to Company fields contain H 2 S and CO 2 , so, all the Bidder personnel shall be trained for
H 2 S, In particular, the personnel shall observe and follow all safety rules and regulations
applicable at the well site.
4) The key positions for well-site shall be required to have international well-control certificate
(IWCF or IADC).
5) Company will at any time be entitled to release any of Contractor’s personnel who prove to be
disqualified or physically unfit for work, or misbehave, and Contractor will adhere to such a
request and provide promptly an acceptable substitute for the work, Said interruption will become
effective from the moment Company releases said person till the moment the new person returns
to the Work Sites to resume operations. No compensations will be paid to Bidder for such period.
6) Contractor shall not replace any Contractor personnel during the performance of the Services
without first obtaining the Company's written consent. If such consent is given, Contractor shall
ensure that the replacement, which shall be approved by the Company, shall perform an overlap
service of not less than one working day to ensure uninterrupted take over. The bidder shall not
be entitled to any additional payment for any overlap period.
Page 59 of 116
CNOOC IRAQ LIMITED
No Bidder’s
Tool Description
. Response
1 5-1/2"/5-3/4"/8-1/8"Overshot in 6-5/8"/7" /9-5/8"casing EA
Page 60 of 116
CNOOC IRAQ LIMITED
10 Spear Extension Sub for fishing Permanent Packers in 6-5/8" & 7" casing EA
11 Spear Grapples for fishing permanent packers in 6-5/8" & 7" casing EA
Right-hand Thread Right-hand screw Taper Tap / Right-hand Thread Left-hand
12 screw Taper Tap for fishing tubing and drilling pipe in 6-5/8"/7"/9-5/8" casing EA
(fishing range 2.125"-3.25" and 3.125"-4.25")
Right-hand Thread Right-hand screw Box Tap (Die Collar) for fishing tubing and
13 EA
drilling pipe in 6-5/8"/7"/9-5/8"casing (fishing range 2.5"-3.5"/3.5"-4.5 ")
Junk Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8" (28.0ppf)
14 EA
/ 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Concave Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8"
15 EA
(28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Pilot Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8" (28.0ppf)
16 EA
/ 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Taper Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8"
17 EA
(28.0ppf) / 7.0" (29.0-32.0ppf) / 9-5/8" (47.0-61.1ppf)
Watermelon Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8"
18 EA
(28.0ppf) / 7.0" (29.0-32.0ppf) / 9-5/8" (47.0-61.1ppf)
Impression Block for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) / 6-5/8"
19 EA
(28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
20 Boot Basket (Fishing Cup) used inside 6-5/8" / 7"casing / 9-5/8" casing EA
22 Venturi Type Well Clean-Up tool for 6-5/8" /7"casing/ 9-5/8" casing EA
Page 61 of 116
CNOOC IRAQ LIMITED
Page 62 of 116
CNOOC IRAQ LIMITED
Page 63 of 116
CNOOC IRAQ LIMITED
Personnel service
Customer-designed services (for Screen and Blank Pipe Running List etc.)
Pumping service
Operation program
Bidder should have capacity to provide equipment, tools and materials for sand control operation as
follows (as a reference):
Page 64 of 116
CNOOC IRAQ LIMITED
9 Indicator Coupling
1 Sand Control Setting tool
2 Sand Control Packer Retrieving tool
3 Mechanical Setting Tool
4 Wire line Setting Adapter Kit
Sand Control Service Tools
5 Polished Stingers
6 Locator Seal Assembly
7 Wash Pipe
8 crossovers
1 High Pressure Pumping Units
2 Proppant Blenders
3 Centrifugal Pumps
4 Central Control Room
Pumping Equipment 5 Sand Silo
6 Mixing Tanks
7 Sand Control Manifold
8 High Pressure line
9 High Pressure Hose
1 Locator Seal Assembly
2 Anchor Seal Assembly
Tubing-retrievable subsurface safety
3
valve
4 1/4" Control Line
5 Chemical Injection Mandrel and Valve:
6 3/8" Seamless Injection Line
7 Sliding Side Door (SSD):
8 Travel Joint
Conventional Completion Tools Hydraulic-Set Retrievable Production
9
Packer
10 Retrievable Hydraulic-Set ESP Packer
11 Gas Vent Valve
12 Landing Nipple
13 Guide Shoe
14 Cross Coupling Protector
15 Flow Coupling
16 Y-Block.
17 Plug And Nipple
Premium Screen, 3-1/2” OD, 250
1
micrometer filter medium
Screens and perforated pipes Premium Screen, 3-1/2” OD, 120
2
micrometer filter medium
3 Perforated Liner, 4.0”OD
Page 65 of 116
CNOOC IRAQ LIMITED
1) Bidder should provide all sand control service tools and equipment detailed information,
such as size, length, steel grade, connection thread type, etc.
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. The Contractor must provide qualified replacements at no additional cost for the
operation.
3) Considering our producing with H 2 S, all the personnel worked in wellsite are requested to
have H2S protective training and related certificate with bidding documents.
4) The Service engineers working at well sites should have international well-control certificate
(IWCF or IADC).
Page 66 of 116
CNOOC IRAQ LIMITED
According to the reservoir development requirements in Enhanced Development Plan, the MISHRIF
formation in the north block of FAUQI oilfield, as a low-porosity reservoir, should be acid-fractured
before they are put into production.
Acid-fracturing scale is optimized and recommend according to the reservoir physical properties of
North Block of FAUQI oilfield, and it is recommend that when the length of the acid-etched fractures is
80m and the conductivity of the fractures is 40Dacy•cm, optimal productivity is achieved.
It is proposed to carry out acid-fracturing with gelled acid plus self-diverting acid, total consuming
1887bbls acid at the injection rate of 16~22BPM (meet the needs for acid-fracturing). The maximum
pressure of wellhead is about 10,000psi. Hence the subjected casing, tubing, wellhead and X-Mass
tree shall withstand 10,000psi.
Bidder shall submit its technical proposal for acid-fracturing operation including operational program,
material list and equipment list.
The acid-fracturing operation could be performed with or without rig supporting. Bidder shall provide
compatible equipment and down-hole tools to match with the Acid-fracturing requirement.
Equipment list with specification and case historical data in last three years shall be proposed by
bidder to illustrate its capability and availability.
Certificates of country of origin, API certificates and third-party inspection certificates shall be
applicable to the sell products when available
Page 67 of 116
CNOOC IRAQ LIMITED
6.16 SELECTIVE AND QUANTIFIED WATER INJECTION SERVICE AND MATERIAL (OPTIONAL)
6.16.1 NECESSITY OF WATER INJECTION IN MISSAN OILFIELDS
1) Formation pressure drop causes the productivity decline quickly.
2) Recovery percent of MISHRIF reservoir was low but formation pressure dropper greatly.
3) Natural energy evaluation results indicate that natural energy is insufficient in MISHRIF
reservoir and numerical simulation results show that water volume of MISHRIF reservoir
was small.
1) Calculation results indicate that the water injection capacity of MISHRIF reservoir in
BUZURGAN oilfield is higher than that in FAUQI oilfield. According to the practical condition
of each reservoir, the ultimate water injection rate of MISHRIF reservoir in BUZURGAN
oilfield was 18000bbls/day and that in FAUQI oilfield was set as 10000bbls/day.
2) The Maximum Allowable Wellhead Injecting Pressure is set as 20MPa. When the actual
injecting pressure exceeds the Maximum Allowable Wellhead Injecting Pressure,
stimulation will be implemented to enhance the reservoir injectivity.
3) Injectorsof injected layer MB21 of MISHRIF reservoir can achieve selective injection with 3
segments, which is D1, D1D-D2D and D3-D3D, and any segment allows to inject with
required rate. Selective and quantified water injection into three (3) segments (D1,
D1D-D2D, D3-D3D) of MISHRIF reservoir shall be achieved with water injection
4) The water injection string shall match with MISHRIF Reservoir Monitoring Requirements as
stated below: -
- Wellhead injection pressure and water injection rate should be recorded every day.
- 33.33% injection wells are selected as fixed monitoring wells, and formation pressure,
formation temperature and bottom hole flowing pressure should be tested one a year.
- 25% production wells are selected as fixed monitoring wells, and formation pressure,
formation temperature and bottom hole flowing pressure should be monitoring once a
year.
Bidders are encouraged to provide practical technical proposal based on the 6.17.2 REQUIREMENT
OF WATER INJECTION.
Bidder’s
Item Product Description
Response
1 Check Valve, as temporary plug to set anchors and packers, suitable for
Page 68 of 116
CNOOC IRAQ LIMITED
Page 69 of 116
CNOOC IRAQ LIMITED
of production casing/liner is non anti-corrosive material. Along with the well production over 40 years
the production casing/liner in some wells are seriously corroded and eroded due to the existence of
H 2 S, CO 2 , high-salinity formation fluid and sand production. Thereinafter casing repair is vital and
The objective of this service isto repair the deformed or damaged casing for wellbore re-entry.The
2
3
And so on
2) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost to Company.
3) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training.
Page 71 of 116
CNOOC IRAQ LIMITED
Missan Oilfields are giant oil fields in terms of reserve with multiple series of reservoir sections. The
reservoir mainly consists of Cretaceous and Tertiary carbonate reservoirs. The depth of the reservoir
is from 2800m to 4400m with fair to good porosity and permeability. The crude oil is mainly heavy oil
with an average gravity of 22.5 API.
The strata encountered from upper to lower in Missan Oilfields are mainly Tertiary and Cretaceous
sequences. ASMARI Formation in Tertiary and MISHRIF Formation in Cretaceous are the two main
oil-bearing intervals.
ASMARI Formation was divided into three Members A, B and C, Member A and Member B are the
main oil-bearing intervals which consist mainly of dolomite and limestone with sandstone developed
locally. Member A and B were subdivided into seven zones..
MISHRIF Formation was dominated by limestone and divided into 3 members like MA, MB and MC,
which can be subdivided into 6 zones and 6 subzones as well as 7-8 layers.
Upper Fars 300m-2071m Clay, Cobble Stone, Gravel Stone, Sand &Mud layer(Anhydrite)
Lower Fars mb5 2071m-2379m Siltstone, Dolomite, Limestone and white Anhydrite
Lower Fars mb3 2622.5m-2759m Anhydrite, Shale, Limestone, Salt bed below
Lower Fars mb2 2759m-2790m Mud Shale and Anhydrite, thick Salt bed
Page 72 of 116
CNOOC IRAQ LIMITED
The objective of the hydraulic radial jetting service is to construct fluid channels to improve
conductivity and connectivity and in turn enhance the production in low porosity and low permeability
reservoirs. The existing production casings in MISSAN Oilfields are exhibited as below: -
2 Run in hole with Deflector BHA (including rotator, deflector, transposer, locker and
anchor) on tubing pipes or drill pipes, conduct depth correction, set the anchor.
4 Run in hole with hydraulic jetting tool string on coiled tubing, hydraulically jet to
construct one fluid channel (lateral hole) with overall length > 10m. POOH with the
hydraulic jetting tool string.
7 Run in hole with hydraulic jetting tool string on coiled tubing, hydraulically jet to
construct one fluid channel (lateral hole) with overall length > 10m. POOH with the
hydraulic jetting tool string.
Page 73 of 116
CNOOC IRAQ LIMITED
8 Repeat Step 5, 6 and 7 until all the fluid channels at same depth are constructed.
9 Unset the anchor and adjust to next depth. Reset the anchor for hydraulic radial
jetting.
10 Repeat Step 3, 4, 5, 6, 7 and 8 until all the fluid channels at the same depth are
constructed.
11 Repeat Step 9 and 10 until all the planned fluid channels are constructed at
different depth.
6) Company reserves the right to reject any Contractor’s Personnel that Company considers
unsuitable. Contractor must provide qualified replacements at no additional cost to Company.
7) Considering the existence of H 2 S, all the personnel worked in wellsite are requested to have
H 2 S protective training.
Page 74 of 116
CNOOC IRAQ LIMITED
The Basic Service Package covers most of the conventional and predicable operational tasks or jobs
relating to well intervention and new well completion
One Round Trip Rig Transfer between BIDDER BASE and well pad or between Company’s well pad and well
1
pad.
Pressure test the annulus between the production casing and production tubing against Production packer to
2 check the pressure integrity of casing and tubing string. Slick-line operation to open SSD, if failed slick-line or
wire-line operation to punch tubing to establish communication. Circulate to kill the well, conduct flow check.
3 N/D X-Mass tree, N/U BOP stack and Bell Nipple, Conduct function tests and pressure tests on BOP stack.
Release the anchor seal assembly from packer by normal rotation and/or reciprocation of the work string. Pull
4A out of hole with the existing natural-flow production string. Continuously fill up the hole with work fluid while
tripping out of hole for well control issue.
OneRound Trip Rig Transfer between BIDDER BASE and well pad or between Company’s well pad and well
4B
pad.
Pressure test the annulus between the production casing and production tubing against Production packer to
4C check the pressure integrity of casing and tubing string. Slick-line operation to open SSD, if failed slick-line or
wire-line operation to punch tubing to establish communication. Circulate to kill the well, conduct flow check.
4D N/D X-Mass tree, N/U BOP stack and Bell Nipple, Conduct function tests and pressure tests on BOP stack.
Release the anchor seal assembly from packer by normal rotation and/or reciprocation of the work string. Pull
5 out of hole with the existing natural-flow production string. Continuously fill up the hole with work fluid while
tripping out of hole for well control issue.
6 Sand cleaning operation through drill pipe string
Polish the stage-cementing collar with properly sized Burning Shoe or Taper Mill or String Watermelon mill to
7
eliminate restrictions for future packers (with big outside diameter) running through.
Scrape the cased hole, break circulation to thoroughly circulate hole clean, POOH and lay down the Casing
8
Scraper BHA.
RIH w/ RTTS Packer and Storm Valve, set RTTS and leave the RTTS Packer and Storm Valve in hole as one
mechanical safety barrier. N/D BOP stack, grid the top of the casing stub and then replace the aged or
9
incompatible tubing spool. N/U BOP stack and conduct pressure tests. Retrieve the RTTS packer and Storm
Valve.
Conduct Casing Corrosion Inspection logging with rig for maximum 500 meters interval (Multi-Finger Imaging
10
Tool or Casing Integrity Tests or equivalent logging tool).
Conduct Water Saturation Logging (Pulsed Neutron-Neutron logging or other equivalent logging tool) with rig for
11
maximum 150 meters interval.
Conduct Cement Quality Logging for 200 meters with rig (Cement Bond Mapping Tool or other equivalent
12
logging tool).
Page 75 of 116
CNOOC IRAQ LIMITED
RIH w/ Bridge Plug or Cement Retainer or Sump Packer on drill pipe, conduct depth correlation using GR/CCL,
13A
set the Bridge Plug or Cement Retainer or Sump Packer using cement unit. POOH.
RIH w/ Bridge Plug or Cement Retainer or Sump Packer on wire-line, conduct depth correlation using GR/CCL
13B
and then set the Bridge Plug or Cement Retainer or Sump Packer. POOH.
RIH w/Open End Drill pipe and set a balanced Cement Plug (maximum 200 meters in length per Cement Plug)
13C inside 4-1/2” OD or 5-1/2” OD or 6-5/8” or 7.0” OD casing cased-hole. POOH w/Open End Drill Pipe. RIH
w/Cement Plug Drilling BHA and dress the top of the cement plug to designed depth. POOH.
M/U and RIH with TCP perforating guns, conduct depth correlation using GR/CCL, fire the perforating guns in
under balance condition to perforate 30 meters. Kill the well, POOH and lay down the fired guns.
Note that when the actual perforating interval is under or over 30 meters, Unit Price shall be applied for the
14A
difference of the guns, and Unit Price will also be applicable for the Spacer Guns. TCP perforating package shall
include relevant down-hole rental service such as Rupture Disc, R/A Sub, high-wall tubing, etc.Rate Price shall
be applicable for RTTS packer service.
M/U and RIH with TCP perforating guns, conduct depth correlation using GR/CCL, fire the perforating guns in
over balance condition to perforate 30 meters. Kill the well, POOH and lay down the fired guns.
14B Note that when the actual perforating interval is under or over 30 meters, Unit Price shall be applied for the
difference of the guns, and Unit Price will also be applicable for the Spacer Guns. TCP perforating package shall
include relevant down-hole rental service such as Rupture Disc, R/A Sub, high-wall tubing, etc.
Scrape the perforated intervals prior to running packers or bridge plugs or Sump Packers. Circulate hole clean
15
and then POOH.
RIH one (1) packer with packer setting tool on drill pipe, conduct depth correlation using GR/CCL, set the packer
16
by Cementing unit. POOH and lay down the setting tool.
RIH w/the acidizing string to designed depth, set the RTTS packer. Acidize the target perforated zone through
17A coiled-tubing, and then flow back the well to return the residual spent acid through gas-lift with coiled tubing.
POOH the acidizing string.
RIH w/the acidizing string, set the RTTS packer. Acidize the target perforated zone through the production
17B tubing, and then flow back the well to return the residual spent acid through gas-lift with coiled tubing. POOH the
acidizing string.
M/U and RIH with natural-flow production string, conduct tubing integrity test against check valve or blanking
plug every 1000 meters while running in hole. Displace the annulus with packer fluid. Land tubing hanger into the
18A tubing spool, set top production packer using cementing unit. Pressure test the annulus between the production
casing and production tubing against the top production packer. Slick-line run Gauge Cutter to tubing shoe to
ensure no restrictions.
RIH w/ESP Production String without POD system, conduct production tubing integrity test every 1000 meters
against check valve or blanking plug. Slick-line retrieve the check valve or blanking plug and then displace
packer fluid, make ESP power cable penetration through the tubing hanger and connect lower pigtail, splice with
18B the ESP power cable. Land tubing hanger into the tubing spool. Slick-line make a wiper trip and then set a
blanking plug, set ESP packer and pressure test the annulus against the packer to 500psi for 15 minutes, bleed
off slowly to avoid decompression effect on the ESP power cable. Slick-line retrieve the blanking plug from
landing nipple.
RIH w/ESP Production String with POD system, conduct production tubing integrity test every 1000 meters
against check valve or blanking plug. Slick-line retrieve the check valve or blanking plug and the displace packer
18C
fluid, make ESP power cable penetration through the tubing hanger and connect lower pigtail, splice with the
ESP power cable. Land tubing hanger into the tubing spool. Slick-line make a wiper trip and then set a blanking
Page 76 of 116
CNOOC IRAQ LIMITED
plug, set ESP packer and pressure test the annulus against the packer to 500psi for 15 minutes, bleed off slowly
to avoid decompression effect on the ESP power cable. Slick-line retrieve the blanking plug from landing nipple.
19 N/D BOP stack and N/U X-mass tree. Pressure test Tubing hanger seal and X-Trees using cement unit.
Connect the temporary flow-line with production flow-line, and connect the upper pigtail. Conduct 1-hour surface
ESP equipment commissioning test followed by 5-minutes ESP Spin Test to confirm the right rotation, and then
20
conduct 36-hour ESP start-up test prior workover rig release.
Conduct well pad tidiness and housekeeping after the workover rig is released.
21A Waste Disposal for natural flow well during rig operation
Waste Disposal for ESP artificial lifting well during rig operation
21B Note that waste disposal might be requested during ESP startup test (approximate 36 hours when if the
production pipeline is not ready).
Page 77 of 116
CNOOC IRAQ LIMITED
Special Service
No Operation Outline
Package
• RIH w/the cement slurry squeezing string with RTTS packer
• Depth correction with W/L GR/CCL
• Set the RTTS packer
• Perform Injectivity test, and squeeze or circulate cement slurry to stop the channeling
problem or abandon the unwanted perforation tunnels, release the RTTS packer, and
Squeezing cement
circulate to clean the well
1 slurry
• WOC for 24 hours, POOHw/the cement slurry squeezingstring
• RIH the cement plug drilling string, drill out the cement plug inside cased-hole. POOH.
• Scrape the wellbore prior Cement Quality Logging. Perform Cement Quality Logging
with CBMT logging tool or equivalent logging tool.
• If failed to reach the desirable objective the cement slurry squeezing or spotting
operation shall be repeated.
• RIH the stand-alone sand screen string and sting the snap-latch seal assembly into
Single-Zone
the sump packer
Stand-Alone Screen
• Drop a packer setting ball and hydraulically set the top retrievable packer. Test the
2A deployment for
sealing effectiveness of the top retrievable packer.
vertical or deviated
• Release the setting tool and shearout ball seat.
wells,
POOH and lay down the setting tool.
• RIH the sand control string and sting the snap-latch into the sump packer
• Drop a packer setting ball and hydraulically set the Sand Control Packer. Test the
sealing effectiveness of the Sand Control Packer.
• Release setting tool string, and return the ball.
Single-zone
• Pick upthe work string to designated position, open the gravel pack sliding sleeve,
Gravel-Packing for
2B apply pressure from DP for circulation to clean well, perform squeezing and circulation
vertical or deviated
test.
wells,
• Conduct gravel packing operation
• Close the gravel pack sliding sleeve and reverse circulation to return the excessive
gravel.
POOH and lay down the working tool string
Page 78 of 116
CNOOC IRAQ LIMITED
Other Service
No Operation Outline
Package
• Acid-fracturing is optimized and recommended according to the reservoir physical
properties of North Block of FAUQI oilfield. The recommendations are as below:
- The length of the acid-etched fractures is 80m and the conductivity of the fractures
is 40Dacy•cm.
• Mini-fracturing shall be carried out to determine the formation parameters with 50
m3Cross-linked Fluid and 50m3 Base Fluid recommended prior to main acid-fracturing
process.
• Carry out main acid-fracturing with 400m3 gelled acid and 100m3 self-diverting acid at
Acid-fracturing for
the injection rate of 16 – 25BPM.
1 vertical/ deviated well
• Operation Outline is as below: -
(with Rig Supporting)
- RIH w/ the tubing string with RTTS packers, set the RTTS packer.
- Carry out acid fracturing with gelled acid and self-diverting acid to expand the
connection range surrounding the well through sliding sleeve or perforated holes.
- Conduct gas lifting operation to return the spent acid and induce flow for
productivity.
- Unset the RTTS packer and POOH.
Note that the subjected casing and tubing which are exposing to injection pressure shall
withstand minimum 10000psi.
• Acid-fracturing is optimized and recommended according to the reservoir physical
properties of North Block of FAUQI oilfield. The recommendations are as below:
- The length of the acid-etched fractures is 80m and the conductivity of the fractures
is 40Dacy•cm.
• Mini-fracturing shall be carried out to determine the formation parameters with 50
m3Cross-linked Fluid and 50m3 Base fluid prior to main acid-fracturing process
Acid-fracturing for
• Carry out acid-fracturing w/ 400m3 gelled acid and 100m3 self-diverting acid at the
vertical/ deviated well
2 injection rate of 16 – 25BPM.
(without Rig
• Operation Outline is as below: -
Supporting)
- Carry out acid fracturing with gelled acid and self-diverting acid to expand the
connection range surrounding the well through sliding sleeve or perforated holes.
- Conduct gas lifting operation to return the spent acid and induce flow for
productivity.
Note that the subjected casing, tubing, wellhead and X-Mass tree which are exposing to
injection pressure shall withstand minimum 10000psi.
The scope of work shall fully include the following works: -
• Expandable Tubular and associated consumable material supply
• Detection of the casing deformation or damage area with Lead Impression Block.
Deformed or damaged
3 • Pretreatment on the deformed or damaged casing area prior to the deployment of
casing reparation
expandable tubular for casing reparation, such as polishing runs and/or scraping runs
and/or casing swage run upon actual requirement.
• Repair the deformed or damaged casing area
Page 79 of 116
CNOOC IRAQ LIMITED
Page 80 of 116
CNOOC IRAQ LIMITED
Real workover operations as examples are exhibited to Bidders for better understanding on
operation activities and time duration in MISSAN oilfields. The example worover operations
are for reference only and Bidders shall estimate the time duration and budget its price
proposal based on its capability and effectiveness at its own responsibilities.
1 AG-14 Well Schematic before the workover &ESP installation operation in the year of 2016
Page 81 of 116
CNOOC IRAQ LIMITED
1. AG-14 Well schematic after the workover & ESP installation operation in the year of 2016
AG-14 ESP WORKOVER SCHEMATIC OD (in) Depth (m) Weight (ppf) Grade Thread
Oil Field Abu Ghriab Casing 9.625 0-491.64 61.10 P110 API BTC
Workover Contractor COSL Casing 6.625 2673.84-3168.65 28.00 C75 API BTC
Workover End Date 16-Jun-16 Tubing 3.500 0-2458.803 9.300 T95 JFE Bear
File Nature Final WO Report Tubing 2.875 2458.03-2624.442 6.400 T95 JFE Bear
1 Tubing Hanger (FF-NL, 11"X3-1/8", 3-1/2" EUE Top X 3-1/2" JFEBear Bottom) 11.000 3.125 0.345 5.050
1
2 Tubing length compression for upper packer 0.3m above tubing spool setting place / / -0.300 5.395
3
3 3-1/2" Double Pin X/O (3-1/2" JFEBear PXP) 3.500 2.992 0.080 5.095
4 4 3-1/2" Tubing Joint (T-95, 9.2lb/ft,3-1/2"JFEBear BXP) (total 253jts) 3.500 2.992 2425.753 5.175
5 2.75" SSD (3-1/2"JFEBear T95 BXP) (Closed) (P/N:750W275-X01, 1211 12075-50) 3.930 2.441 1.200 2430.928
6 3-1/2" Tubing Joint (T-95, 9.2lb/ft,3-1/2"JFEBear BXP) (total 2 jt) 3.500 2.992 19.225 2432.128
7 3-1/2" OD JFE pup joint*2 (T-95, 9.2 lb/ft, 3-1/2" JFE Bear BXP) 3.500 2.992 1.800 2451.353
8 X/O(3-1/2" 9.2ppf JFE Bear Box X3-1/2" 9.2ppf TSH-B Pin) 3.900 2.992 0.370 2453.153
Hydraulic Set Retrievable ESP Packer suit 7" 29-32 lb/ft casing - Tenaris TSH-b connections
B 9 5.938 2.940 3.960 2453.523
(PN:90870H-BTACB-6_DNL) 3-1/2 (9.2PPF)TENARIS BLUE BXP
10 X/O(3-1/2" 9.2ppf TSH-B Box X 3-1/2" 9.2ppf JFE Bear Pin) 3.900 2.992 0.380 2457.483
5 11 3-1/2" OD Tubing Pup Joint (T-95, 9.2lb/ft,3-1/2"JFEBear BXP) 3.500 2.992 0.940 2457.863
A 6,7,8
12 3-1/2" Tubing Joint (T-95, 9.2lb/ft,3-1/2"JFEBear BXP) (total 10 jt) 3.500 2.992 96.221 2458.803
9
13 X-Over (2-7/8" 6.4 JFE B x 3-1/2" 6.4 Ib/ft JFE Bear P) 3.500 2.441 0.430 2555.024
14 2.313" SSD (Closed) (2-7/8" JFEBear BXP) (P/N: 750W231-X05,1212 12082-40) 3.200 2.313 1.200 2555.454
10-16
17 15 2-7/8" Tubing Joint (T95, 6.4lb/ft, 2-7/8" JFEBear BXP) (total 1jts ) 2.875 2.441 9.610 2556.654
18 16 2.313" WXN Nipple (T95, 6.4lb/ft, 2-7/8"JFEBear BXP No-Go 2.215“) (P/N: 706W231-N02,1212 Y120802 3.200 2.215 0.350 2566.264
2-7/8" Tubing Joint (T95, 6.4lb/ft, 2-7/8" JFEBear BXP) (total 6jt) 2.875 2.441 57.828 2566.614
19-23
X-over (2-7/8" 6.4 ppf JFE Bear Box x 3-1/2" 9.2ppf EUE 8RD Pin)(CMIT-PRT-10.53-130322-1-2A-001) 3.500 2.441 0.450 2624.442
17
Discharge Head (3-1/2" 9.3ppf EUE 8RD box up X flanged bottom) 4.500 N/A 0.220 2624.892
PROTECTOR: MAXIMUS, BPBSL-S/LT, 400/456, NTB/KTB, .87 HS MON, CS, HSN, M-TRM, FACT
21 4.500 N/A 2.450 2646.532
SHIM, MAXJOINT, MONEL COATING
MOTOR: 456, 18, 4181, MAXIMUS, RA-S, CS, M-TRM, AS, AFL, NTB, GRB, MAXJOINT, MONEL
22 4.560 N/A 9.610 2648.982
COATING
23 Multisensor, BASE GAUGE: XT150 TYPE 1, VITON/AFLAS, 13CR 4.500 N/A 0.570 2658.592
Note: 8ea Shear Screw x 5kips per Shear Screw = 40 Kips of Release force is installed on 6-5/8"ESP packer.
D
A 7" x 6-5/8" Liner Hanger Top 7.000 5.791 / 2673.840
7” ESP Packer 32 Ib/ft 3-1/2” box Tenaris connection 3-1/2" 6.4Ib/ft Top to Element Center 2.481 2453.523
B 5.500 2.390
TSH-B B x P 2456.004
Element Center to Bttm 1.479
E 2928m~2944m, 2956m~2987m,
C Existing Perforation Intervals (Asmri B) / 3016~3025m,3031m~3039m,3044m
~3047m, 3063m~3072
E 6-5/8" milled permanent SAB packer inclusive lower original lower completion string 6.625 3.250 / 3089.792.
All depth is based on Original Drilling Rig RTKB, RTKB to Ground = 6.35m (Note: LR3001 Workover Rig RTKB to Ground: 6.0m)
Page 82 of 116
CNOOC IRAQ LIMITED
2. AG-14 Workover & ESP installation Operation– Rate of Progress and Outlined Operation in the
year of 2016
1 Slickline Operation to open 2.75" SSD 2016/5/6 12:00 2016/5/7 0:00 12.00 hrs 0.50 days
1.1 Perform PJSM. Pressure test the integrity of the annulus (500psi for 15 minutes and 1000psi for 15 minutes) 2016/5/6 12:00 2016/5/6 15:00 3.00 hrs 0.13 days
1.2 Slickline operaiton to punch 4 ea hole for next killing well operation. 2016/5/6 15:00 2016/5/7 0:00 9.00 hrs 0.38 days
2 Reverse circulation to kill the well. 2016/5/7 0:00 2016/5/7 9:00 9.00 hrs 0.38 days
3 N/D X-Mass Tree. N/U BOP stack. Conduct pressure test. 2016/5/7 9:00 2016/5/8 0:00 15.00 hrs 0.63 days
Remove Landing Joint, install Type SL225 Powered Swivel and R/U power tubing tong. P/U and M/U Kelly Joint on tubing
4 2016/5/8 0:00 2016/5/8 2:00 2.00 hrs 0.08 days
hanger, retract lock-down screws evenly.
5 Retrieve the original production string 2016/5/8 2:00 2016/5/10 10:00 56.00 hrs 2.33 days
5.01 Hold PJSM on rig floor to clarify the every procedures in details and relevant potential risks. 2016/5/8 2:00 2016/5/8 2:30 0.50 hrs 0.02 days
5.02 Retrieve the original production string 2016/5/8 2:30 2016/5/10 10:00 55.50 hrs 2.31 days
6 Washover Operation 2016/5/10 10:00 2016/5/23 8:00 310.00 hrs 12.92 days
6.01 5-1/2" Washover BHA run (1st trip) 2016/5/10 10:00 2016/5/13 14:30 76.50 hrs 3.19 days
6.02 5-1/2" Washover BHA run (2nd trip) 2016/5/13 14:30 2016/5/16 11:45 69.25 hrs 2.89 days
6.03 Taper Tap Fishing BHA run (3rd trip) 2016/5/16 11:45 2016/5/17 20:00 32.25 hrs 1.34 days
6.04 5-1/2" Flat Mill run (4th trip) 2016/5/17 20:00 2016/5/19 21:30 49.50 hrs 2.06 days
6.05 5-1/2" Washover BHA run (5th trip) 2016/5/19 21:30 2016/5/21 23:00 49.50 hrs 2.06 days
6.06 Overshot Fishing BHA (6th trip) 2016/5/21 23:00 2016/5/23 8:00 33.00 hrs 1.38 days
7 Slip and cut drill line 2016/5/23 8:00 2016/5/23 11:30 3.50 hrs 0.15 days
7.01 RIH 5 stands of 3-1/2" OD G-105 13.3ppf DP as safety temporary string, and shut in the well 2016/5/23 8:00 2016/5/23 8:30 0.50 hrs 0.02 days
7.02 Slip and cut drill line, meanwhile maintain crown block. 2016/5/23 8:30 2016/5/23 11:30 3.00 hrs 0.13 days
8 6-5/8" Casing Scraper Run 2016/5/23 11:30 2016/5/24 19:30 32.00 hrs 1.33 days
9 Set 6-5/8" RTTS Packer+F/V Tamporary Abandonment Device 2016/5/24 19:30 2016/5/26 3:00 31.50 hrs 1.31 days
10 Aged Tubbing Spool Replacement 2016/5/26 3:00 2016/5/26 22:00 19.00 hrs 0.79 days
11 Retrieve the 6-5/8" RTTS Packer+F/V Tamporary Abandonment Device 2016/5/26 22:00 2016/5/28 2:30 28.50 hrs 1.19 days
12 7.0" Casing Scraper Run 2016/5/28 2:30 2016/5/29 5:00 26.50 hrs 0.38 days
13 E/L GR/CCL logging prior to TCP perforating 2016/5/29 5:00 2016/5/29 12:00 7.00 hrs 0.29 days
14 Reperforating with TCP guns 2016/5/29 12:00 2016/5/31 8:00 44.00 hrs 1.83 days
15 6-5/8" Casing Scraper Run 2016/5/31 8:00 2016/6/2 11:30 51.50 hrs 2.15 days
16 E/L set Bridge Plug 2016/6/2 11:30 2016/6/2 17:00 5.50 hrs 0.23 days
17 Acidize and flow-back through tubing string 2016/6/2 17:00 2016/6/8 5:00 132.00 hrs 5.50 days
17.01 Install Acidiizng tubing string with RTTS packer 2016/6/2 17:00 2016/6/4 7:30 38.50 hrs 1.60 days
17.02 Conduct acidizng and flowback operation. 2016/6/4 7:30 2016/6/7 3:00 67.50 hrs 2.81 days
17.03 Retrieve Acidiizng tubing string. 2016/6/7 3:00 2016/6/8 5:00 26.00 hrs 1.08 days
18 Installation of ESP production string 2016/6/8 5:00 2016/6/12 14:30 105.50 hrs 4.40 days
18.01 Retrieve wer bushing. Flush the inside of the tubing spool. Conduct tubing hanger dummy run. 2016/6/8 5:00 2016/6/8 8:00 3.00 hrs 0.13 days
18.02 Conduct PJSM prior to picking up ESP unit. 2016/6/8 8:00 2016/6/8 9:00 1.00 hrs 0.04 days
P/U and M/U Motor Guide +Multisensor +Motor+ Protector +Intake ARZ-ZS 400/400 + AGH D20-60 (C-CT ES) + Pump (3X63
18.03 stage) + Discharge pressure sub (flanged connection) + Discharge head. Test the reading after connect the power cable with 2016/6/8 9:00 2016/6/8 16:00 7.00 hrs 0.29 days
motor
18.04 IH w/ESP unit on 2-7/8" OD tubing and 3-1/2" OD tubing to 2648m MD 2016/6/8 16:00 2016/6/11 8:00 64.00 hrs 2.67 days
18.05 Test tubing integrity to 3000psi for 15 minutes, ok. 2016/6/11 8:00 2016/6/11 14:00 6.00 hrs 0.25 days
Take measurement, cut off power cable, install BIW penetrator in tubing hanger, splice power cable. Conduct electrical test
18.06 2016/6/11 14:00 2016/6/11 20:00 6.00 hrs 0.25 days
and motor sensor reading, OK.
Set ESP packer against 2.313" check valve. Land the tubing hanger into tubing spool. Pressure test the annulus to 500psi for
18.07 15 minutes, ok. bleed off pressure in 30 minutes due to decompression effect on power cable. Retrieve the 2.313" check valve 2016/6/11 20:00 2016/6/12 6:00 10.00 hrs 0.42 days
from 2.313" SSD.
Back off 3-1/2” EUE landing joint from tubing hanger, N/D BOP stack. N/U Adapter flange and lower master valve with ring
18.08 gasket and metalic seal. Pressure test tubing hanger seal and tubing spool/adapter flange ring gasket to 500 psi/5min and 2016/6/12 6:00 2016/6/12 14:30 8.50 hrs 0.35 days
2,000psi for 15 minutes/ OK by manual hydraulic pump.
R/D the rig mast to make enough space to install remaining X-Tree components before ESP Spin Test and Startup Test. R/D
19 the rig substructure. Install remaining X-Tree components. Pressure test the same to 500 psi for 15 mins and 4500 psi for 15 2016/6/12 14:30 2016/6/14 14:30 48.00 hrs 2.00 days
20 ESP Spin Test and Startup Test 2016/6/14 14:30 2016/6/16 5:00 38.50 hrs 1.60 days
20.01 Connect upper BIW connector, hook up power cable from Setup Transformaer/VSD skid to Junction box. 2016/6/14 14:30 2016/6/14 16:00 1.50 hrs 0.06 days
Conduct PJSM. Start up ESP at 16:10 pm with full choke opening. Record rotation status “0” and the running time is 5 minutes
at 35Hz. Shut down VSD for 15 mins and then start up ESP again with rotation status “1” and the running time is 1 minutes at
20.02 2016/6/14 16:00 2016/6/14 17:45 1.75 hrs 0.07 days
35Hz, record WHP=0 psi. Confirm the rotation status "1" is the right rotation so keep the pump running for 45mins on mud tank
and the flow rate is 3600 BPD at 35Hz and then divert directly to degassing station without shut down the ESP pump.
Divert the well to degassing Station. Continue ESP running test via degassing station at 30Hz and with choke full open. WHP
20.03 2016/6/14 17:45 2016/6/15 0:00 6.25 hrs 0.26 days
50 ↗ 200 psi. WHT 40 0 C ↗ 58 0C
20.04 Continue ESP startup test via degassing station at 35Hz and with choke full open . WHP 200 ↗ 400 psi. WHT 58 0C ↗ 60 0C 2016/6/15 0:00 2016/6/15 14:00 14.00 hrs 0.58 days
Down size the choke and continue ESP startup test via degassing station at 35Hz.
- VSD reading w/ ESP running status at 35Hz/350V/26.3A: Pi=2846psi, Pd=3229psi , Ti=187°F , Tm=204° F ,Vib= 0.00 ,
CLA=0.0 mA , CZ= 19.275 mA, CF=22.65mA.
---Th average flow rat is 3757 BPD, BS& W 10-12 % ( visual test ).
20.05 --- Casing buildup pressure keep 0 psi for more than 16 hours. 2016/6/15 14:00 2016/6/16 5:00 15.00 hrs 0.63 days
--- From 4:00 am to 5:00 am Increased the frequency from 35 Hz to 39 Hz ( gradually 1 Hz every 12 mins) in order to confirm
the VSD is able to increase the frequency.
---Shut down the ESP at 5:00am on 16 June 2016. The WHP 600↘400 psi and the well still flowing - Natural flow.
---Close Lower Master valve and keep record the downhole sensor data for 1 hour to observe Intake buildup pressure.
40.71 days
Page 83 of 116
CNOOC IRAQ LIMITED
1 AGCS-23 Well Schematic before the workover operation in the year of 2014
Page 84 of 116
CNOOC IRAQ LIMITED
2 AGCS-23 Well Schematic after the workover operation in the year of 2014
Page 85 of 116
CNOOC IRAQ LIMITED
3. AGCS-23 Workover Operation – Rate of Progress and Outlined Operation in the year of 2014
Page 86 of 116
CNOOC IRAQ LIMITED
1 FQ-17 Well Schematic before the workover and ESP installation operation in the year of 2016
Page 87 of 116
CNOOC IRAQ LIMITED
2 FQ-17 Well Schematic after the workover and ESP installation operation in the year of 2016
Page 88 of 116
CNOOC IRAQ LIMITED
3. FQ-17 Workover & ESP Installation Operation – Rate of Progress and Outlined Operation in the
year of 2016
ACTUAL
No. Activities Description Start Date End Date Hrs Day Total
1 P/T annulus, S/L to drift well and open 2.813” SSD 2016/6/29 10:30 2016/6/29 22:00 11.50 0.48 0.48
2 Well killing and cleaning, N/D X-mas tree, N/U BOP stacksBOP stacks function test & pressure test 2016/6/29 22:00 2016/6/30 22:30 24.50 1.02 1.50
3 POOH original production string, L/D the same 2016/6/30 22:30 2016/7/2 17:00 42.50 1.77 3.27
4 M/U Milling packer BHA,RIH with Milling BHA on 3-1/2" single DP's and Milling, POOH to surface. 2016/7/2 17:00 2016/7/6 14:30 93.50 3.90 7.17
5 M/U and RIH fishing spear BHA,Fishing WFP Packer A, POOH and L/D the same 2016/7/6 14:30 2016/7/8 3:30 37.00 1.54 8.71
6 M/U and RIH Milling BHA tools for second trip 2016/7/8 3:30 2016/7/10 20:00 64.50 2.69 11.40
7 M/U and RIH Milling BHA tools for third trip, Push down free Packer A to top of Packer B 2016/7/10 20:00 2016/7/12 14:00 42.00 1.75 13.15
8 M/U and RIH Taper tap BHA,Fishing WFP Packer A, POOH and L/D the same 2016/7/12 14:00 2016/7/14 0:00 34.00 1.42 14.56
9 M/U and RIH fishing spear BHA,Fishing WFP Packer A, POOH and L/D the same 2016/7/14 0:00 2016/7/15 16:00 40.00 1.67 16.23
10 Repeat milling and fishing procedure, milling and fishing WFP Packer B 2016/7/15 16:00 2016/7/18 8:00 64.00 2.67 18.90
11 RIH w/Impression block to get impression and POOH 2016/7/18 8:00 2016/7/19 19:00 35.00 1.46 20.35
12 RIH w/releasing spear to fish upper seal bore of lower packer and POOH 2016/7/19 19:00 2016/7/21 4:30 33.50 1.40 21.75
13 Second trip of milling WFP Packer B and POOH 2016/7/21 4:30 2016/7/24 10:30 78.00 3.25 25.00
14 Third trip of milling WFP Packer B and POOH 2016/7/24 10:30 2016/7/27 11:30 73.00 3.04 28.04
15 M/U and RIH releasing fishing BHA, fish upper seal bore , POOH to surface and lay down 2016/7/27 11:30 2016/7/28 22:00 34.50 1.44 29.48
16 M/U and RIH releasing fishing BHA, fish lower part of lower packer, POOH to surface and lay down 2016/7/28 22:00 2016/7/30 19:00 45.00 1.88 31.35
17 Fourth trip of milling WFP Packer B and POOH 2016/7/30 19:00 2016/8/2 11:30 64.50 2.69 34.04
18 Scrape 6-5/8” liner, POOH to surface 2016/8/2 11:30 2016/8/4 1:00 37.50 1.56 35.60
RIH and set 6-5/8" RTTS packer string,back off, N/D BOP stacks, N/U new tubing spool, N/U BOP stacks, Pressure
19 2016/8/4 1:00 2016/8/7 14:00 85.00 3.54 39.15
test;Tie back, release 6-5/8" packer, POOH
20 Squeeze cement at depth 3075m~3100m, run CBMT to check cement quality. 2016/8/7 14:00 2016/8/11 10:30 92.50 3.85 43.00
21 Wireline set Bridge Plug to isolate the interval of 3090m~3095m. 2016/8/11 10:30 2016/8/12 0:30 14.00 0.58 43.58
22 Positive TCP perforation for proposed intervals 2016/8/12 0:30 2016/8/13 20:45 44.25 1.84 45.43
23 6-5/8" Casing Scraper run prior to running ESP production string. POOH and lay down drill pipe joint by joint while tripping 2016/8/13 20:45 2016/8/16 9:00 60.25 2.51 47.94
25 RIH Acidizing string with 6-5/8" RTTS packer on 3 1/2" tubing joint by joint, set RTTS packer 2016/8/16 9:00 2016/8/18 4:00 43.00 1.79 49.73
26 Acidizing and flowback with 3-1/2” tubing and 1.5” CT 2016/8/18 4:00 2016/8/21 1:00 69.00 2.88 52.60
27 Killing and POOH Acidizing string, Rack back on Drk 3 1/2" Tbg. 2016/8/21 1:00 2016/8/22 10:00 33.00 1.38 53.98
28 Install MESHRITE Sand Control String. 2016/8/22 10:00 2016/8/24 13:30 51.50 2.15 56.13
29 RIH new production string with ESP 2016/8/24 13:30 2016/8/28 10:00 92.50 3.85 59.98
Space out, M/U tubing hanger, and splice tubing hanger cable, dummy run tbg. Hanger into tbg. Spool S/L operation to set
30 2016/8/28 10:00 2016/8/29 0:00 14.00 0.58 60.56
2.313" Check valve;Set packer w/ cmt. Pump by stage pressure up, P/T annulus ;S/L retrieve 2.313" check valve from
31 N/D BOP stack and N/U 1st Master Valve, R/D Rig and move away rig for ESP start-up demand, install and pressure test 2016/8/29 0:00 2016/8/29 13:00 13.00 0.54 61.10
32 ESP start-up and commissioning. 2016/8/29 13:00 2016/8/31 5:00 40.00 1.67 62.77
Page 89 of 116
CNOOC IRAQ LIMITED
Page 90 of 116
CNOOC IRAQ LIMITED
Well ID AG-10TA+T
Perform Through-tubing perforation 3050.8-3082.4m
Reservoir Objective
Perform riglessacidizing and gas-lift flow back
Page 91 of 116
CNOOC IRAQ LIMITED
Well ID BU-12L+S
Page 92 of 116
CNOOC IRAQ LIMITED
Page 93 of 116
CNOOC IRAQ LIMITED
Reservoir Objective PLT test, water shut off, perforation 3012.9-3038.9m, acidizing
Page 94 of 116
CNOOC IRAQ LIMITED
Acidizing and Fracture Study has been conducted in year 2014 for production enhancement in
MISSAN oilfields. The critical study result data are exhibited to bidders for better understanding on
well stimulation activities in MISSAN oilfields. These collective data are for reference only. For tender
ring purpose bidders could adopt the said data, or determine its own optimized data based on its field
practices at its own responsibilities.
Page 95 of 116
CNOOC IRAQ LIMITED
Page 96 of 116
CNOOC IRAQ LIMITED
Page 97 of 116
CNOOC IRAQ LIMITED
Page 98 of 116
CNOOC IRAQ LIMITED
46M3 352.4M3
1 AGCS-33 ASMARI UNIT A 38.5M
17% variable viscosity acid
44M3 327.6M3
2 AGCS-37 ASAMRI UNIT A 34.0M
17% variable viscosity acid
36M3 125.8M3
ASAMRI UNIT A 27.5M
17% variable viscosity acid
3 AGCN-34
14M3 205.7M3
ASAMRI UNIT B 14.0M
17% variable viscosity acid
150M3 609M3
4 BUCN-46H MISHRIF MB21 599.6M
17% variable viscosity acid
106M3 N/A
5 BUCN-57H MISHRIF MB-21 530.2M
20% variable viscosity acid
48M3 372M3
7 BUCS-53 MISHRIF MB-21 12.0M
17% variable viscosity acid
35M3 159.7M3
MISHRIF MB21-D1 23.0M
17% variable viscosity acid
8 BUCS-49
15M3 85.6M3
MISHRIF MB21-D2 5.5M
17% variable viscosity acid
Page 99 of 116
CNOOC IRAQ LIMITED
24M3Viscoelatic-diverting
acid
207M3Viscoelatic-diverting 633.5M3
11 FQCS-43H MISHRIF MB21 601.3M
acid
TABLE OF CONTENTS
1. GENERAL PROVISIONS
1.1. COMPLIANCE WITH HEALTH, SAFETY AND ENVIRONMENTAL REQUIREMENTS
1.2. DEVIATION FROM HEALTH, SAFETY AND ENVIRONMENTAL REQUIREMENTS
1.3. FAILURE TO COMPLY
1.4. COMPANY ASSISTANCE
2. HEALTH AND SAFETY REQUIREMENTS
2.1. LOSS PREVENTION PROGRAM
2.2. FAMILIARIZATION
2.3. EMERGENCY PREPAREDNESS
2.4. WORK PERMITS
2.5. PERSONAL PROTECTIVE EQUIPMENT (PPE)
2.6. TOOLS AND PORTABLE POWER TOOLS
2.7. CARTRIDGE OPERATED TOOLS
2.8. ELECTRICAL INSTALLATIONS AND EQUIPMENT
2.9. CRANES AND RIGGING EQUIPMENT
2.10. MECHANICAL EQUIPMENT
2.11. TRANSPORTATION SAFETY
2.12. ACCIDENT / INCIDENT REPORT
2.13. FIRE PREVENTION
2.14. IONIZING RADIATION
2.15. FIRST-AID FACILITIES
2.16. EXPLOSIVES
2.17. TRAFFIC CONTROL AND SAFE OPERATION ZONE
2.18. PREVENTION OF HYDROGEN SULFIDE
3. ENVIRONMENTAL REQUIREMENTS
3.1. INTRODUCTION
3.2. LEGISLATION AND REGULATIONS
3.3. WASTE MANAGEMENT PROGRAM
3.4. WASTEWATER MANAGEMENT
3.5. SOLID WASTE MANAGEMENT
3.6. AIR POLLUTION MITIGATION
1. GENERAL PROVISIONS
Bidder shall comply with all applicable Iraqi Government health, safety and environmental
regulations and all other related rules and regulations. In case of conflicting requirements, the
most stringent requirement shall apply.
Bidder shall have available at the Work Sites the most current copy of the Safety Manual and all
applicable Handbooks, and Engineering Standards.
Bidder shall also take or cause to be taken any additional measures under the direction of
Company Representative to prevent the injury or death of any person, or any damage or loss of
property, loss of process, or damage to the environment during Bidder’s performance of the Work.
Company reserves the right to monitor and inspect any Work Sites, lay down yard, fabrication yard,
clinic, camp and dining facility for compliance with the above referenced Health, Safetyand
Environmental Requirements.
Bidder’s policy should be compatible with the latest version of the Company
Any HSE clause, which is not mentioned in Bidder documents, and is accounted as requirements of
project must be determined, assessed and be implemented by Bidder.
Any deviation by Bidder from Iraqi (or other applicable) health, safety and environmental
requirements (or rules and regulations) shall be approved, in advance, in writing by Company
Representative.
Should Bidder fail to comply with any of the requirements of this Appendix, Company reserves the
right to notify Bidder of this situation. Upon receiving such notification, Bidder shall immediately
take all necessary corrective actions. Any corrective action shall, unless provided otherwise in
this Agreement, be taken at Bidder’s expense. If Bidder fails to take prompt corrective action,
Company Representative may direct Bidder to suspend all or part of the Work pursuant to this
Agreement until satisfactory corrective action has been taken. Costs incurred by Bidder as a
result of such Work suspension shall be solely Bidder’s responsibility, and any resultant Bidder
performance delays shall not be deemed excusable hereunder.
Bidder may request assistance from Company with respect to the implementation of its Health,
Safety and Environmental Requirements. Company Representative (or Company Representative’s
designated party or parties) may provide assistance to the Bidder by explaining good safety and
sound environmental practices, pointing out unsafe conditions, and by applying experience and
judgment, to assist Bidder in improving safety and to safeguard the environment. Such assistance
by Company shall in no way relieve Bidder of its responsibilities as set forth in this Appendix E.
Bidders shall establish appropriate procedures in compliance with all requirements of this
document.
Bidder shall prepare and submit a Loss Prevention Program with a job-specific Hazard
Identification Plan (HIP) to Company Representative for approval no later than 3 weeks before
starting Work. Mentioned document must include risk assessment. Bidder shall ensure full
implementation of the Program. Bidder shall appoint a qualified full-time Safety Supervisor (who
is subject to Company approval), fluent in spoken and written English, to coordinate the Loss
Prevention Program. He is to be provided with a dedicated means of transportation. The name,
qualifications, service vehicle type, phone number, and address of the Safety Supervisor shall be
submitted to the Company Representative for approval and concurrence. The Safety Supervisor
shall be frequently present at the Work Sites while Bidder personnel are working.
The Program shall outline specific essential measures to be taken by Bidder to prevent human
injuries, property/equipment damage, loss of process, or damage to the environment and to ensure
compliance with this Appendix.
The Program shall be organized and implemented by each craft or crew supervisor. It shall
include a specific plan to hold a documented ten-minute safety meeting, organized and
implemented by each craft or crew supervisor at least one day in each working week. These
meetings shall be monitored by Bidder’s management and key staff personnel.
2.2. FAMILIARIZATION
All personnel directly involved with the well site operation shall be made familiar with:
Emergency preparedness plans shall be prepared for field environment of in WORKOVER &
ASSOCIATED SERVICESfor Bidder. These plans shall be in detail describe the emergency
response organization and the delegation of responsibility for tasks, and communication lines.
Furthermore, these emergency preparedness plans shall cover all foreseeable situations which
may arise during the operation, and which may result in personal injuries or the loss of human life,
material or equipment damage or harm to the environment.
Bidder shall obtain a Work Permit for any Work to be carried out in any specified "Restricted Area"
or as may be required the presence of Company Representative. It shall be Bidder’s responsibility
to ascertain, in advance, whether the Operation Area is designated a Restricted Area. Company
Representative can give guidance on Restricted Area locations. Bidder shall only provide
qualified and certified craft personnel to execute and/or supervise Work.
Supervisory personnel or other qualified staff must always be present at the Work Sites while any
Work is in progress. All Work Permit procedures shall be followed for the works of but not limit to:
- Energy Isolation
Bidder shall, as a minimum, provide, maintain and enforce the use of the items of personal
protective equipment (PPE). The PPE used shall be suitable for the work of:
- Work at aloft
- Chemical handling
- Painting/coating
- Abrasive blasting
Bidder shall comply with these requirements and all PPE requirements stipulated by the
manufacturer of the hazardous/toxic material. Specifications of all PPE to be used by the Bidder
shall be included in the Bidder’s Loss Prevention Program submitted for review. The PPE items
should include:
- Safety Spectacles
- Helmet
- Gloves
- Footwear
- Eye protection
Page 104 of 116
CNOOC IRAQ LIMITED
- Hearing protection
Tools shall be equipped with proper safeguards and used only in applications for which they were
designed. Portable power tools shall be the double insulated type or three-wire grounded type. All
electrical outlets servicing these power tools shall be protected by Ground Fault Circuit Interrupters
(GFCI). All tools (including portable power tools) shall be free from any defect and maintained in a
good operating condition. Companyreserves the right to reject, remove from site or destroy tools
and portable power tools found to be defective or of substandard quality. Use of un-certified tools
is strictly prohibited.
Charger operated tools shall be used only with the prior written approval of Company
Representative. Bidder shall ensure that only cartridge tools meeting local required standards are
used and maintained in good condition.
No person shall operate, clean, maintain, or repair any cartridge tool unless certified by the
cartridge tool manufacturer or an equivalent qualification. Documentation of certification shall be in
the possession of the person on the Work Sites at all times as proof of qualification.
All material and equipment used in temporary electrical installations shall meet local required
standards if it applicable. Bidder shall ensure that all 125 volt, single phase 15 and 20 amperes
receptacle outlets, which are not part of the permanent wiring of any building or structure, shall
have Ground Fault Circuit Interrupters (GFCIs) for personal protection.
Bidder shall ensure that all lifting devices and every part thereof, including all equipment used for
anchoring or fixing such devices, shall be in good mechanical operating condition, free from any
defect, and constructed of materials with a specified strength suitable for the intended use. Bidder
shall also ensure that such lifting devices are properly inspected, maintained. All chains, hooks,
slings, shackles and other equipment on a lifting device used for raising or lowering shall be
certified and maintained in good condition. If it is applicable, all cranes and elevating/lifting
equipment shall be inspected and certified by local authorities before being permitted to operate in
Iraqi projects.
All mobile heavy equipment and crane operators shall possess a valid certificate, which is accepted
by local authorities. Crane operator shall possess valid operation license.
Bidder shall establish the lifting procedure for all lifting Work. Job Safety Analysis of lifting shall be
carried out before commence of work.
Bidder shall ensure that all mechanical equipment provided is maintained in good condition.
All moving parts of any equipment shall be securely guarded to prevent access to these parts by
persons working on or passing through the Work Sites.
Bidder shall ensure that passengers shall travel only in vehicles that are provided with passenger
seats. This requirement shall apply for travel to and from any Work Sites, and at the Work Sites
itself. Seat belts shall be installed for all seats and used in all vehicles carrying personnel (except
in the case of buses where seat belts are mandatory only for the driver).
The towing of small equipment, such as compressors, welding machines, etc., is allowed, but only
after the equipment is properly and safely connected to the tow vehicle (i.e. all safety pins, safety
chains, shackles and brake/indicator lights are in place). The towing speed of the vehicle shall not
exceed 40 kilometers per hour project Work Sites. For highway travel, such equipment shall not
be towed, but shall be carried in a flat bed truck, etc.
Bidder shall comply with all pertinent requirements of the Iraqi Government traffic regulations for
transporting materials and supplies. This requirement is emphasized for the transportation of
explosives and other hazardous materials.
Bidder shall ensure that an immediate oral report and preliminary written report is made to
Company Representative in the case of all:
- Fatal injuries
- Fires
For accidents resulting in Bidder employee fatality, serious injury to Bidder employee(s), or damage
to Company equipment or property, a written report shall be submitted promptly to Company
Representative. In addition, Company may convene an engineering review or investigation
committee in accordance with the requirements.
- Work Injuries
- Fires
- Traffic accidents
This record shall be available for inspection at all reasonable times and shall be submitted to
Company upon request.
HSE monthly report must be issued to MOC/Company based on the attached format by Bidder.
Bidder shall provide and maintain in good working order suitable fire fighting equipment. All Bidder
personnel shall be properly trained in the use of fire fighting equipment. The fire-fighting training of
Bidder’s employees shall be documented the record shall be available to Company upon request.
Storage, layout and fabrication yards shall be laid out in accordance with local applicable standards
with respect to the spacing of rows, fire lanes and compatibility of material. Inspection, Testing and
Maintenance of Fire Protection Equipment shall be performed according established schedule of
Bidder.
Bidder shall ensure that any radioactive source used is in compliance with the provisions of
Industrial Radiation Safety Manual. Bidder shall implement safe working procedures for all
operations involving radioactive materials, ensure that all employees using this equipment have a
valid permit and are aware of the mandatory precautions to be taken against ionizing radiation
hazards. Radiation Safety Procedure(s) shall be prepared by the Bidder and submit to Company
for review. The Bidder shall notify Company Representative (or local Safety Authorities Office)
immediately in the event of an incident involving radioactive materials or ionizing radiation
producing equipment.
Bidder shall provide and maintain adequate first-aid facilities at the Work Sites. When Bidder
employs 50 or more workmen at a Work Sites, BIDDER shall provide a qualified and certified
doctor, with a current CPR and First-Aid Certificate, and a dedicated emergency vehicle
(ambulance), properly supplied (including stretcher) and marked, to transport injured personnel to
the nearest healthcare facility. The names, qualifications, and certificates of the certified doctor(s)
shall be submitted to Company Representative before Work begins.
2.16. EXPLOSIVES
Company shall promptly advise Company Representative of any requirement for the use of
explosives.
Bidder shall comply with the General Rules and Requirements for the Handling and Use of
Explosives issued by the Iraqi Government Ministry of Interior and other applicable requirement.
Bidder shall be aware the regulations of using explosive shall be followed strictly and the deviation
from requirement will cause the delay of Work.
Any survey work that will affect vehicle or pedestrian traffic in any way shall be done in accordance
with local applicable requirement. Authorities shall be contacted and operation permit shall be
obtained before on land survey work begins.
Safe Operation zone shall be applied for on land survey work under guidance of Company
representative and M.O.C. representative.
In case there is a possibility that hydrogen sulfide may occur in the process of operation: Before
commencing the operation, the Bidder shall conduct the training for his employees with respect to
the harm, characteristics, precautions and emergency procedures. In the process of operation,
make sure the employees shall be provided with appropriate hydrogen sulfide detection equipment
and oxygen breathing apparatus. The male employees shall shave off his beard to avoid air
leakage when wearing oxygen-breathing apparatus. If it is confirmed that there indeed exists
hydrogen sulfide, a specific plan shall be made to prevent hydrogen sulfide poisoning.
3. ENVIRONMENTAL REQUIREMENTS
3.1. INTRODUCTION
This section covers various Environmental and Sanitary requirement for WORKOVER
&COMPLETION CALLOUT SERVICESapplicable during the handling, treatment and disposal of
liquid and solid wastes.
As a minimum requirement, all personnel and equipment, which are involved in WORKOVER
&COMPLETION CALLOUT SERVICESfor Company, shall be verified to comply with the following:
- Local authority’s requirements of field environment protection, including requirements from the
flag state, coastal state and port state.
Concurrent with the preparation of the initial Work Schedule, Bidder shall prepare and submit for
review to Company Representative a “Waste Management Program” that details sources and
disposal methods for all liquid and solid wastes. This Program shall be in accordance with the
recommendations of the "Project Environmental Assessment" (if available) prepared for the project
to outline the basic environmental framework for the project execution. Bidder shall appoint a
qualified Environmental Coordinator to coordinate the Program. The name and address of the
Environmental Coordinator shall be submitted to Company Representative no later than the
Program's submittal.
The basic design of all wastewater treatment units and the disposal of sanitary/industrial
wastewater shall comply with the following:
Page 108 of 116
CNOOC IRAQ LIMITED
Bidder shall establish waste management procedure to cover the solid waste disposal. Waste
disposal procedure shall include provisions for temporary site storage, collection, transportation
and disposal practices.
Solid waste produced from the well sites shall be sent to dispose. No waste can be dumped to the
wild.
All hazardous waste shall be stored in tightly closed, leak proof containers. Containers shall be
marked with warning labels to accurately describe their contents and detail appropriate safety
precautions.
Incompatible hazardous wastes shall not be stored in the same storage or transportation container.
Company Representative will assist in determining the compatibility of the wastes.
Hazardous chemicals shall be stored and handled in accordance with local regulation. The
manufacturer’s Material Safety Data sheet (MSDS) shall be available for all chemicals storage area
and the location where chemicals are being used.
Bidder shall comply with local applicable Air Quality and Source Emission Standard.
All vehicles, which Bidder used for the Work, shall be properly maintained to minimize excessive
exhaust emissions and shall comply with the Standardization & Metrology Organization for Iraqi
Standards.
Dust control shall be accomplished by properly wetting the Operation Area prior to commencing the
Work if it is relevant.
1. Prior to any well sites operations commencing the required security measures
provided by the well site contractor, should be in place, tested and operational.
Over and above the well site preparation requirements, these measures include,
but not limited to:
a. Lights
iii. The office and living areas should have sufficient light to enable the guard
force to observe when conducting inner patrols.
iv. The main entrance should have sufficient light for the guard force to do
visual search of vehicles and personnel.
iv. A Jersey barrier chicane to slow vehicles approaching the main entrance.
vi. A blast wall constructed of 4m high T-walls must be erected between the
parking area and the main entrance.
Figure 2 : 4m T-Wall
i. Duck and cover bunkers sufficient to accommodate all staff on site must
be deployed for immediate cover against direct and indirect enemy fire.
ii. Duck and cover bunkers must be placed so that it is easily accessible and
must be sufficient to accommodate all personnel.
iii. Bunkers dimension available on the local market will determine how
many people can be accommodated in each bunker.
iv. Open sides must be closed off with two 2m meter high T-walls. If the
threat justifies the openings on top must be covered to resist penetration
of indirect fire.
Figure 4 : 2m T-Wall
f. Watch Towers
ii. Towers must provide cover against small arms fire as well as the
elements and have power, AC and water.
iii. Internal lighting should not expose the guard to enemy fire. A red bulb of
low watts must be used.
iv. The height of the tower should be sufficient to enable the guard to do 360
degree surveillance of the surrounding area.
v. Guards in towers must have radios to be in contact with the rig site
protection force.
vi. Towers must provide adequate protection from small arms fire (SAF).
This shall be achieved by the erection of sand bags to a minimum of 1.8
meter from the deck or by permanently affixing hardened steel, 550
Brinell or greater to the exterior of the tower, to protect the security guard.
h. Alarm
ii. The alarm system should be sufficient to reach all locations on the well
site including during high winds and well site noise.
iii. Alarm system should meet all the HSE requirements of Company.
i. Sun Shelters
j. Guard Force
iii. Guards must be armed with a Kalashnikov (AK47) with 2 magazines filled
with 30 rounds each.
v. Radios
4. A valid licence for the use of radios must be available from the GOI
Minister of Communications.
k. Emergency Exit
Page 115 of 116
CNOOC IRAQ LIMITED
i. After deployment, the contractor will be responsible to fill up the ditch and
break the berm at the emergency exit, making the exit usable for
emergency evacuation.
iii. Before demobilization after completion of operations at the well site, the
contractor will be responsible to resume the ditch and berm to the
standard as they were before deployment.
iv. The condition of the ditch and berm, together with the keys of the main
gate and the emergency exit gate, will constitute part of the hand over
inspection procedure.
END
FOR
SECTION 4
SCHEDULE OF COMPENSATION
October, 2017
Dubai, U.A.E
CNOOC IRAQ LIMITED
PRICE PART
The price part shall contain the Cover Letter of Bid, the Schedule of Prices and Rates and shall
be prepared and sealed separately and independently.
The price part shall contain the Cover Letter of Bid, the Schedule of Prices and Rates shall be
prepared in strict accordance with the structure of the Quotation Forms as enclosed hereof and
sealed separately and independently. It is understood that Company defined Quotation Forms
may not fully cover every pricing item that a Tenderer wishes to propose for the Work. However,
a Tenderer is allowed and requested to use its own format for the non-covered pricing items of
the Work in an identifiable section in addition to the Company defined Quotation Forms.
2. BID PRICES
Tenderer shall indicate on the appropriate Bid Schedule of Prices either based on the unit prices
(where applicable) and total bid price of the ITT. The total price shall not include any items
beyond the requirement of the tendering document; otherwise, the offer on such items will not
be deducted when evaluation. Also, the price shall not omit any items required in the tendering
document; otherwise, the highest offer of the same item among the effective bids will be added
to the total bid price. In case of discrepancy between unit price and total, the unit price shall
prevail. A bid without itemized price required shall be considered as non-responsive.
Tenderer shall note that all bidding prices (whether of individual items or in total) shall be
considered as tax inclusive and no tax shall be mentioned separately in the bidding price.
Tenderer shall be considered disqualified if the tax is mentioned separately in the bidding price
documents.
Prices quoted by the Tenderer shall be fixed during the Tenderer's performance of the contract
and not subject to variation on any account. A bid submitted with an adjustable price quotation
will be treated as substantially non-responsive and will be rejected.
♦ Price proposal for the scope of service respond to the service requirements given in this ITT
document.
♦ Promotion program, discounts scheme, and/or any other special offers applied to Tenderer’s
bid proposal.
The training cost shall not be mentioned separately in the bidding price, The Tenderer
shall be considered as disqualified if the training cost is mentioned separately in the
bidding price document.
The logistic arrangement for training tutors and attendees including but not limited to
meals, airline ticket, hotel accommodation, land transportation and other allowance
shall be provided by Tenderer at its own cost.
CNOOC IRAQ LIMITED
TABLE OF CONTENT
1. GENERAL DEFINITION
2. LUMP SUM QUOTATION FOR MOBILIZATION AND DEMOBILIZATION
3. LUMP SUM QUOTATION FOR BASIC SERVICES PACKAGE
4. LUMP SUM QUOTATION FOR SPECIAL SERVICES PACKAGE
5. LUMP SUM QUOTATION FOR OTHER SERVICES PACKAGE
6. RATE PRICE QUOTATION FOR SERVICES BEYOND SERVICES PACKAGES,
SPECIAL SERVICE PACKAGES AND OTHER SERVICE PACKAGES
Page 4 of 34
CNOOC IRAQ LIMITED
1. GENERAL DEFINITION
The General Definition shall be the quotation basis for price offer.
1) BASIC SERVICES PACKAGE hereinafter means one Services Package that shall cover
most of the certain and predicable operational tasks or jobs relating to well intervention and
new well completion activities. Lump Sum Model Quotation for the module BASIC
SERVICES PACKAGE shall be applied to the said services.
2) SPECIAL SERVICE PACKAGE hereinafter means one Services Package that shall cover
most of the particular and predicable operation tasks or jobs relating to well intervention and
new well completion activities. Lump Sum Model Quotation for the module SPECIAL
SERVICE PACKAGE shall be applied to the said services.
3) OTHER SERVICE PACKAGE hereinafter means one Service Package that Bidder could
provide through third party.
4) With respect to the services items which are predicable but exclusive of BASIC SERVICE
PACKAGE and SPECIAL SERVICE PACKAGE and OTHER SERVICE PACKAGE, RATE
PRICE Model Quotation shall be applied to the said services.
5) With respect to operation suspension due to company reasons and not due to contractor fault
and/or negligence, RATE PRICE Model Quotation shall be solely applied to RIG SERVICE
without any other compensation.
6) MOBILIZATION hereinafter means the service facilities, equipment, tools, materials and
service manpower move into Iraq from its origins once the contract is awarded and upon
company written notification.
7) DEMOBILIZATION hereinafter means the service facilities, equipment, tools, materials and
service manpower leave from MISSAN oilfield and transfer back to its origin or designated
points mutually agreed by both parties once the contract is terminated and upon company
written notification.
8) ROUND TRIP TRANSFER will apply for transportation equipment, tools, materials and
service crews during project implementation period within the contractual area and means a
closed route between two independent designated points, such as Contractor Base Camp
and Company Well Pad, or one Company Well Pad and another one Company Well Pad.
9) TRIP hereinafter means a round trip including running in hole and pulling out of hole with
success.
10) OPERATION COMMISSIONING TIME: the time signed by wellsite supervisor in the operation
commissioning instruction after workover rig is ready for operation.
11) OPERATION END TIME: the time signed by Company Representatives in workover rig move
or release instruction.
12) STANDBY TIME hereinafter means Company stop or suspend work due of no-Tender’s fault
during operation time.
Page 5 of 34
CNOOC IRAQ LIMITED
13) WELL hereinafter means the whole workloads for a specific well.
14) JOB hereinafter means works to completely and successfully accomplish a specific task, e.g.
perforating, packer or plug setting, pressure test, acidizing, flowback to return spent acid and
to induce natural flow, SSD opening or closing, well pressure build-up test, etc.
15) INTERVAL or ZONE hereinafter means a separate formation layer or sub-layer in the
detailed Geology & Reservoir requirement.
17) TANK hereinafter means a kind of tank which is used for liquid waste disposal
18) TYPE I RIG hereinafter means a kind of truck-mounted rig with rated power between 750HP
and 1000HP.
19) TYPE II RIG hereinafter means a kind of rig with at least 1000HP power rated.
20) 3200M WELL hereinafter means wells to develop ASAMRI reservoir or well PBTD depth
within 3500m MD.
21) 4200M WELL hereinafter means wells to develop MISHRIF reservoir or well depth PBTD
depth over 3500m MD.
22) Rig Supporting Service hereinafter includes services of Rig/Rig Crew/Rig Tools/Filtered
Work Fluid and Mud Engineers/Tubular Handling Equipment and Engineers.
Page 6 of 34
CNOOC IRAQ LIMITED
Mobilization and Demobilization Charges for one (1) set of TYPE I RIG (rated power between 750HP and 1000HP) with
associated equipment/tools/materials/Service Crew during Project Contract Period.
Mobilization and Demobilization Charges for one (1) set of TYPE II (rated power ≥1000HP) with associated
equipment/tools/materials/Service Crew during Project Contract Period.
Mobilization and Demobilization Charges for all equipment/tools/ materials/ Service Crews for all other associated services
during Project Contract Period.
Page 8 of 34
CNOOC IRAQ LIMITED
6 Sand cleaning operation through drill pipe string(within four days)
Polish the stage-cementing collar with properly sized Burning Shoe or Taper Mill or
7 String Watermelon mill to eliminate restrictions for future packers (with big outside
diameter) running through.
Scrape the cased hole, break circulation to thoroughly circulate hole clean, POOH and
8
lay down the Casing Scraper BHA.
RIH w/ RTTS Packer and Storm Valve, set RTTS and leave the RTTS Packer and
Storm Valve in hole as one mechanical safety barrier. N/D BOP stack, grid the top of
9
the casing stub and then replace the aged or incompatible tubing spool. N/U BOP stack
and conduct pressure tests. Retrieve the RTTS packer and Storm Valve.
Conduct Casing Corrosion Inspection logging with rig for maximum 500 meters interval
10
(Multi-Finger Imaging Tool or Casing Integrity Tests or equivalent logging tool).
Conduct Water Saturation Logging (Pulsed Neutron-Neutron logging or other
11 equivalent logging tool) with rig for maximum 150 meters interval for Mishrif and
Maximum 200 meters for Asmari
Conduct Cement Quality Logging for 200 meters with rig (Cement Bond Mapping Tool
12
or other equivalent logging tool).
RIH w/ Bridge Plug or Cement Retainer or Sump Packer on drill pipe, conduct depth
13A correlation using GR/CCL, set the Bridge Plug or Cement Retainer or Sump Packer
using cement unit. POOH.
RIH w/ Bridge Plug or Cement Retainer or Sump Packer on wire-line, conduct depth
13B correlation using GR/CCL and then set the Bridge Plug or Cement Retainer or Sump
Packer. POOH.
RIH w/Open End Drill pipe and set a balanced Cement Plug (maximum 200 meters in
length per Cement Plug) inside 4-1/2” OD or 5-1/2” OD or 6-5/8” or 7.0” OD casing
13C
cased-hole. POOH w/Open End Drill Pipe. RIH w/Cement Plug Drilling BHA and dress
the top of the cement plug to designed depth. POOH.
Page 9 of 34
CNOOC IRAQ LIMITED
M/U and RIH with TCP perforating guns, conduct depth correlation using GR/CCL, fire
the perforating guns in under balance condition to perforate 30 meters. Kill the well,
POOH and lay down the fired guns.
14A Note that when the actual perforating interval is under or over 30 meters, Unit Price
shall be applied for the difference of the guns, and Unit Price will also be applicable for
the Spacer Guns. TCP perforating package shall include relevant down-hole rental
service such as Rupture Disc, R/A Sub, high-wall tubing, etc. Rate Price shall be
applicable for RTTS packer service.
M/U and RIH with TCP perforating guns, conduct depth correlation using GR/CCL, fire
the perforating guns in over balance condition to perforate 30 meters. Kill the well,
POOH and lay down the fired guns.
14B Note that when the actual perforating interval is under or over 30 meters, Unit Price
shall be applied for the difference of the guns, and Unit Price will also be applicable for
the Spacer Guns. TCP perforating package shall include relevant down-hole rental
service such as Rupture Disc, R/A Sub, high-wall tubing, etc.
Scrape the perforated intervals prior to running packers or bridge plugs or Sump
15
Packers. Circulate hole clean and then POOH.
RIH one (1) packer with packer setting tool on drill pipe, conduct depth correlation
16
using GR/CCL, set the packer by Cementing unit. POOH and lay down the setting tool.
RIH w/the acidizing string to designed depth, set the RTTS packer. Acidize the target
17A perforated zone through coiled-tubing, and then flow back the well to return the residual
spent acid through gas-lift with coiled tubing. POOH the acidizing string.
RIH w/the acidizing string, set the RTTS packer. Acidize the target perforated zone
17B through the production tubing, and then flow back the well to return the residual spent
acid through gas-lift with coiled tubing. POOH the acidizing string.
M/U and RIH with natural-flow production string, conduct tubing integrity test against
check valve or blanking plug every 1000 meters while running in hole. Displace the
18A
annulus with packer fluid. Land tubing hanger into the tubing spool, set top production
packer using cementing unit. Pressure test the annulus between the production casing
Page 10 of 34
CNOOC IRAQ LIMITED
and production tubing against the top production packer. Slick-line run Gauge Cutter to
tubing shoe to ensure no restrictions.
RIH w/ESP Production String without POD system, conduct production tubing integrity
test every 1000 meters against check valve or blanking plug. Slick-line retrieve the
check valve or blanking plug and then displace packer fluid, make ESP power cable
penetration through the tubing hanger and connect lower pigtail, splice with the ESP
18B
power cable. Land tubing hanger into the tubing spool. Slick-line make a wiper trip and
then set a blanking plug, set ESP packer and pressure test the annulus against the
packer to 500psi for 15 minutes, bleed off slowly to avoid decompression effect on the
ESP power cable. Slick-line retrieve the blanking plug from landing nipple.
RIH w/ESP Production String with POD system, conduct production tubing integrity test
every 1000 meters against check valve or blanking plug. Slick-line retrieve the check
valve or blanking plug and the displace packer fluid, make ESP power cable
penetration through the tubing hanger and connect lower pigtail, splice with the ESP
18C
power cable. Land tubing hanger into the tubing spool. Slick-line make a wiper trip and
then set a blanking plug, set ESP packer and pressure test the annulus against the
packer to 500psi for 15 minutes, bleed off slowly to avoid decompression effect on the
ESP power cable. Slick-line retrieve the blanking plug from landing nipple.
N/D BOP stack and N/U X-mass tree. Pressure test Tubing hanger seal and X-Trees
19
using cement unit.
Connect the temporary flow-line with production flow-line, and connect the upper
pigtail. Conduct 1-hour surface ESP equipment commissioning test followed by
20 5-minutes ESP Spin Test to confirm the right rotation, and then conduct 36-hour ESP
start-up test prior workover rig release.
Conduct well pad tidiness and housekeeping after the workover rig is released.
21A Waste Disposal for natural flow well during rig operation
Page 11 of 34
CNOOC IRAQ LIMITED
Waste Disposal for ESP artificial lifting well during rig operation
21B Note that waste disposal might be requested during ESP startup test (approximate 36
hours when if the production pipeline is not ready).
NOTES
1. The Basic Service Package shall be applicable for rig operations with TYPE I RIG and TYPE II RIG.
2. The lump sum quotation for every mini service package in the BASIC SERVICE PACKAGE shall be inclusive of all required specific services including such as equipment, tools, material
and service crews, tubular handing, work fluid, cement unit, slickline, wireline, etc.
3. When applicable, Daily Rate Price for rig shall cover all charges relating to Rig/Rig Crew/Rig Tools/Filtered Work Fluid/Mud Engineer.
4. With respect to operation suspension or non-productive time due to Company reasons and not due to Contractor fault and/or negligence, Daily Rate Price for Rig shall be applied to ‘RIG
SERVICE WITH ASSOCITED EQUIPMENTS, TOOLS, MATERIALS AND RIG CREWS’ without any other compensation.
5. No matter the well profiles are vertical, deviated or horizontal, wells with PBTD depth below 3500m MD shall be deemed as a 3200M Well. The LUMP SUM QUOTATION FOR BASIC
SERVICES PACKAGE of 3200M Wells shall be applied correspondingly.
6. No matter the well profiles are vertical, deviated or horizontal, wells with PBTD depth above 3500m MD shall be deemed as a 4200M Well. The LUMP SUM QUOTATION FOR BASIC
SERVICES PACKAGE of 4200M Wells shall be applied correspondingly.
7. The charge for one packer removal shall be deemed as Unit Price as mentioned in the Basic Service Package. When more packers shall be removed from the cased hole in one well, the
actual service charge shall be Unit Price multiplied by quantities of packers.
8. The charge for one packer setting on drill pipe shall be deemed as Unit Price as mentioned in the Basic Service Package. When more packers shall be set according to the approved
programs, the actual service charges shall be Unit Price multiplied by quantities of packers.
9. When the actual operation includes Special Services Package and Other Service Package, the service charge for the said Services Package shall be chosen from ITEM 4 LUMP SUM
QUOTATION FOR SPECIAL SERVICE PACKAGE and ITEM 5 LUMP SUM QUOTATION FOR OTHER SERVICE PACKAGE correspondingly.
10. When the actual operation include unpredicted tasks or jobs which oversteps the Scope of Work described in or covered by the Basic Service Package and Special Service Package and
Other Service Package, the Daily Rate Price for Rig shall be applied accordingly and correspondingly.
11. For the Mini Basic Service package of Packer Removal the packer is washed over and is pushed downward to a depth which is no significant impact on the implementation of Reservoir
Requirement, maximum one fishing trip shall be applied to try best to remove the packer from down hole. However Daily Rate Price for Rig for Rig Service shall be applicable when if
Company adheres to move the packer from down hole.
12. As to Matrix Acidizing Service the skin factor after treatment shall be less than ZERO. The recommended Acid Formula, injection rate and acid volume per meter in APPENDIX III
Page 12 of 34
CNOOC IRAQ LIMITED
ACIDIZING AND FRACTURING STUDY RESULT of SECTION 4 shall be referred to accordingly with acid volume within 50 m3 (25m3 gelled acid+25m3 self-diverting acid). When the acid
volume is over 50 m3 (25m3 gelled acid+25m3 self-diverting acid), Rate Price Model for each kind of acid will be applicable for extra acid volume correspondingly.
13. The objective of flow-back is to remove the spent acid out of hole and formation, so when any of the following three (3) conditions be met, the flow-back operation shall be ceased.
Otherwise the relevant Rate Price shall be charged accordingly. The three (3) conditions include: - Condition 1 - when the total flow-back volume of fluid is three (3) times of acid volume
and the pH value of unloaded fluid≥6.0; Condition 2 - when the return fluid contained formation water that pH value<6 and the pH value of unloaded fluid equal
to the pH value of formation water; Condition 3- when the oil content is 100%.
14. Service charge for RTTS packer in acidizing string shall be inclusive in Basic Service Package without additional cost.
15. Due to the uncertainty of well losses any LCM pill used to minimize well losses will be charged at Unit Price (USD$/M3)
Page 13 of 34
CNOOC IRAQ LIMITED
Single-Zone • RIH the stand-alone sand screen string and sting the snap-latch seal
Stand-Alone assembly into the sump packer
Screen • Drop a packer setting ball and hydraulically set the top retrievable
2A
deployment for packer. Test the sealing effectiveness of the top retrievable packer.
vertical or • Release the setting tool and shear out ball seat.
deviated wells, • POOH and lay down the setting tool.
• RIH the sand control string and sting the snap-latch into the sump
packer
• Drop a packer setting ball and hydraulically set the Sand Control
Packer. Test the sealing effectiveness of the Sand Control Packer.
Single-zone • Release setting tool string, and return the ball.
Gravel-Packing • Pick up the work string to designated position, open the gravel pack
2B
for vertical or sliding sleeve, apply pressure from DP for circulation to clean well,
deviated wells, perform squeezing and circulation test.
• Conduct gravel packing operation
• Close the gravel pack sliding sleeve and reverse circulation to return
the excessive gravel.
• POOH and lay down the working tool string
NOTES:
1. The Special Service Package shall be applicable for rig operations with TYPE I RIG and TYPE II RIG.
2. The lump sum quotation for every service package in the SPECIAL SERVICE PACKAGE shall be inclusive of all relating services including equipment, tools, and service crews, etc.
3. The charge for Single-Zone Stand-Alone Screen deployment for vertical or deviated wells shall be deemed as Unit Price as mentioned in the Special Service Package. When more
zones shall be applied with Stand-Alone Screen deployment in one specific well, the actual service charge shall be Unit Price multiplied by quantities of zones.
4. The charge for Single-zone Gravel-Packing (suitable for 6-5/8” OD 28.0ppf casing or 7.0” OD 32.0ppf casing cased hole) shall be deemed as Unit Price as mentioned in the Special
Service Package. When more zones shall be applied with Gravel Pack in one specific well, the actual service charge shall be Unit Price multiplied by quantities of zones.
5. When the cement slurry volume is over 10m3, Rate Price shall be applicable for the extra cement slurry for squeezing operation.
6. The rental equipment, rental tools and the service engineers shall be included for this said Special Services Package. However Rate Price shall be applicable for the packers, screens
and Proppant , and seal assembly etc.
Page 14 of 34
CNOOC IRAQ LIMITED
7. For cementing slurry squeezing operation, if job failed not caused by contractor(such as sever well losses, etc.), the time required to repeat cement job shall be compensated on the
comprehensive daily rate model, in case job failed due to contractor reasons, contractor should repeat the job at contractor account and responsiblility.
LUMP SUM FOR THE LUMP SUM FOR THE LUMP SUM FOR THE LUMP SUM FOR THE
MINI SERVICES MINI SERVICES MINI SERVICES MINI SERVICES
OTHER
PACKAGE PACKAGE PACKAGE PACKAGE
NO SERVICE DESCRIPTION OF OTHER SERVICE PACKAGE
3200M WELL 4200M WELL 3200M WELL 4200M WELL
PACKAGE
WITH TYPE I RIG WITH TYPE I RIG WITH TYPE II RIG WITH TYPE II RIG
(USD) (USD) (USD) (USD)
• Acid-fracturing is optimized and recommended according to the
reservoir physical properties of North Block of FAUQI oilfield. The
recommendations are as below:
- The length of the acid-etched fractures is 80m and the
conductivity of the fractures is 40Dacy•cm.
• Mini-fracturing shall be carried out to determine the formation
Acid-fracturing
parameters with 50 m3 Cross-linked Fluid and 50m3 Base Fluid
for vertical/
recommended prior to main acid-fracturing process.
1 deviated well
• Carry out main acid-fracturing with 400m3 gelled acid and 100m3
(with Rig
self-diverting acid at the injection rate of 16 – 25BPM.
Supporting)
• Operation Outline is as below: -
- RIH w/ the tubing string with RTTS packers, set the RTTS
packer.
- Carry out acid fracturing with gelled acid and self-diverting acid to
expand the connection range surrounding the well through sliding
sleeve or perforated holes.
Page 15 of 34
CNOOC IRAQ LIMITED
- Conduct gas lifting operation to return the spent acid and induce
flow for productivity.
- Unset the RTTS packer and POOH.
Note that the subjected casing and tubing which are exposing to
injection pressure shall withstand minimum 10000psi.
NOTES:
1. The lump sum quotation for the OTHER SERVICE PACKAGE shall be inclusive of all relating services including equipment, tools, material and service crews, rig supporting etc. And Rig
supporting service hereinabove includes services of Rig/Rig Crew/Rig Tools/Filtered Work Fluid and Mud Engineers/Tubular Handling Equipment and Engineers.
2. The starting time of Acid-Fracturing operation shall start from making up and running in hole with acid-fracturing work string and the finishing time of Acid-Fracturing operation shall be the
time that laying down the acid-fracturing work string.
3. Bidder should mobilize the related equipment once receive written specified workload.
4. The recommended Acid Formula and injection rate in APPENDIX III ACIDIZING AND FRACTURING STUDY RESULT of SECTION 4 shall be referred to accordingly.
5. Bidder could provide OTHER SERVICE PACKAGE through third parties.
6. The pre-set volumes for mini-fracturing are 50 m3 Cross-linked Fluid and 50m3 Base Fluid. The pre-set volume of Slick Water for the main Acid-Fracturing is 100m3. The pre-set volumes
for main Acid-Fracturing are 400m3 gelled acid and 100m3 self-diverting acid.
7. Rate price for treatment fluid shall be applicable when if the actual consumption is over or under the pre-set volume. Namely when the actual consumption of each kind of treatment fluid
are under the pre-set volume, the actual payment for each kind of treatment fluid shall be deducted from the Lump Sum Prices, and when the actual consumption of each kind of
treatment fluid is over the pre-set volume, the actual payment for each kind of fluid shall be added to the Lump Sum Cost.
8. The objective of flow back is to remove the spent acid and check productivity, so when any of the three following condition be meet, the flow back operation should be completed.
Otherwise, the rig supporting service, gas-lifting service and flow-back service shall be charged accordingly with applicable Rate Price.
Condition 1: the flow back volume reaches 3 times of volume injected, or when the total flow back fluid’s water cut is the same or as or lower than the production before for 12 hours
Condition 2: when the return fluid contained formation water that pH<6 and the pH of flow back fluid= the pH of formation water.
Condition 3: when the oil content is 100%
Page 16 of 34
CNOOC IRAQ LIMITED
5.2. LUMP SUM QUOTATION FOR OTHER SERVICE PACKAGE WITHOUT RIG SUPPORTING
OTHER LUMP SUMQUOTATION LUMP SUM QUOTATION
No SERVICE DESCRIPTION OF OTHER SERVICE PACKAGE FOR FOR
PACKAGE 3200M WELL (USD) 4200M WELL - (USD)
• Acid-fracturing is optimized and recommended according to the reservoir physical properties of North Block
of FAUQI oilfield. The recommendations are as below:
- The length of the acid-etched fractures is 80m and the conductivity of the fractures is 40Dacy•cm.
• Mini-fracturing shall be carried out to determine the formation parameters with 50 m3 Cross-linked Fluid and
Acid-fracturing 50m3 Base fluid prior to main acid-fracturing process
for vertical/ • Carry out acid-fracturing w/ 400m3 gelled acid and 100m3 self-diverting acid at the injection rate of 16 –
1 deviated well 25BPM.
(without Rig • Operation Outline is as below: -
Supporting) - Carry out acid fracturing with gelled acid and self-diverting acid to expand the connection range
surrounding the well through sliding sleeve or perforated holes.
- Conduct gas lifting operation to return the spent acid and induce flow for productivity.
Note that the subjected casing, tubing, wellhead and X-Mass tree which are exposing to injection pressure
shall withstand minimum 10000psi.
NOTES:
1. The lump sum quotation the OTHER SERVICE PACKAGE shall be inclusive of all relating services including equipment, tools, material and service crews, etc.
2. The recommended Acid Formula and injection rate in APPENDIX III ACIDIZING AND FRACTURING STUDY RESULT of SECTION 4 shall be referred to accordingly.
3. Bidder should mobilize the related equipment once receive written specified workload.
4. Bidder could provide OTHER SERVICE PACKAGE through third parties.
5. The pre-set volumes for mini-fracturing are 50 m3 Cross-linked Fluid and 50m3 Base Fluid. The pre-set volume of Slick Water for the main Acid-Fracturing is 100m3. The pre-set volumes
for main Acid-Fracturing are 400m3 gelled acid and 100m3 self-diverting acid.
6. Rate price for treatment fluid shall be applicable when if the actual consumption is over or under the pre-set volume. Namely when the actual consumption of treatment fluids are under
the pre-set volume, the actual payment shall be deducted from the Lump Sum Prices, and when the actual consumption of treatment fluids are over the pre-set volume, the actual
payment shall be added to the Lump Sum Cost.
Page 17 of 34
CNOOC IRAQ LIMITED
7. The objective of flow back is to remove the spent acid and check productivity, so when any of the three following condition be meet, the flow back operation should be completed.
Otherwise, the gas-lifting service and flow-back service shall be charged accordingly with applicable Rate Price.
Condition 1: the flow back volume reaches 3 times of volume injected, or when the total flow back fluid’s water cut is the same or as or lower than the production before for 12 hours
Condition 2: when the return fluid contained formation water that pH<6 and the pH of flow back fluid= the pH of formation water.
Condition 3: when the oil content is 100%
5.3 LUMP SUM QUOTATION FOR OTHER SERVICE PACKAGE WITH RIG SUPPORTING(Deformed or damaged casing reparation)
OTHER LUMP SUMQUOTATION LUMP SUM QUOTATION
No SERVICE DESCRIPTION OF OTHER SERVICE PACKAGE FOR FOR
PACKAGE 3200M WELL (USD) 4200M WELL - (USD)
The scope of work shall fully include the following works: -
Deformed or
• Expandable Tubular and associated consumable material supply
damaged
• Detection of the casing deformation or damage area with Lead Impression Block.
casing
1 • Pretreatment on the deformed or damaged casing area prior to the deployment of expandable tubular for
reparation for
casing reparation, such as such as polishing runs and/or scraping runs and/or casing swage run upon
9-5/8” OD
actual requirement.
casing
• Repair the deformed or damaged casing area
The scope of work shall fully include the following works: -
Deformed or • Expandable Tubular and associated consumable material supply
damaged • Detection of the casing deformation or damage area with Lead Impression Block.
2 casing • Pretreatment on the deformed or damaged casing area prior to the deployment of expandable tubular for
reparation for casing reparation, such as such as polishing runs and/or scraping runs and/or casing swage run upon
7.0” OD casing actual requirement.
• Repair the deformed or damaged casing area
Deformed or The scope of work shall fully include the following works: -
damaged • Expandable Tubular and associated consumable material supply
3
casing • Detection of the casing deformation or damage area with Lead Impression Block.
reparation for • Pretreatment on the deformed or damaged casing area prior to the deployment of expandable tubular for
Page 18 of 34
CNOOC IRAQ LIMITED
6-5/8” OD casing reparation, such as polishing such as polishing runs and/or scraping runs and/or casing swage run
casing upon actual requirement.
• Repair the deformed or damaged casing area
The scope of work shall fully include the following works: -
Deformed or
• Expandable Tubular and associated consumable material supply
damaged
• Detection of the casing deformation or damage area with Lead Impression Block.
casing
4 • Pretreatment on the deformed or damaged casing area prior to the deployment of expandable tubular for
reparation for
casing reparation, such as polishing runs and/or scraping runs and/or casing swage run upon actual
5-1/2” OD
requirement.
casing
• Repair the deformed or damaged casing area
NOTES:
1. The lump sum quotation the OTHER SERVICE PACKAGE shall be inclusive of all relating services including equipment, tools, material and service crews, rig supporting etc. And Rig
supporting service hereinabove includes services of Rig/Rig Crew/Rig Tools/Filtered Work Fluid and Mud Engineers/Tubular Handling Equipment and Engineers.
2. Caliper logging and/or MIT logging for post-operation evaluation will be compensated with RATE PRICE Model Quotation when happens
3. Bidder could provide OTHER SERVICE PACKAGE through third parties.
4. The maximum overall length of the expandable tubular including Expandable Liner Hanger or Expandable Launcher is 20 meters per package. This service package charge shall be
deemed as Unit Price. When if extra length is required for the casing reparation, the actual payment will be Unit Price of job multiplied by [1+increased meters
percentage]
5.3 LUMP SUM QUOTATION FOR OTHER SERVICE PACKAGE WITH RIG SUPPORTING (Hydraulic Radial Jetting)
OTHER LUMP SUMQUOTATION LUMP SUM QUOTATION
No SERVICE DESCRIPTION OF OTHER SERVICE PACKAGE FOR FOR
PACKAGE 3200M WELL (USD) 4200M WELL - (USD)
• Casing window construction for the first one casing window
Hydraulic • Lateral fluid channel construction for the first one fluid channel to improve reservoir conductivity and
Radial Jetting connectivity
1
(with rig • Casing window construction for One (1) more extra casing window
supporting) • Lateral fluid channel construction for One (1) more extra fluid channel to improve reservoir conductivity and
connectivity
Page 19 of 34
CNOOC IRAQ LIMITED
NOTES:
1. The lump sum quotation the OTHER SERVICE PACKAGE shall be inclusive of all relating services including equipment, tools, material and service crews, rig supporting etc. And Rig
supporting service hereinabove includes services of Rig/Rig Crew/Rig Tools/Filtered Work Fluid and Mud Engineers/Tubular Handling Equipment and Engineers.
2. Bidder could provide OTHER SERVICE PACKAGE through third parties.
3. The overall length of one (1) fluid channel shall be more than 10 meter.
4. Casing window construction for One (1) more extra casing window and lateral fluid channel construction for One (1) more extra fluid channel shall be deemed as Rate Price. When more
extra casing window constructions and extra fluid channel constructions are required for the reservoir conductivity and connectivity improvement, the actual payment will be Unit
Price of job multiplied by quantity of extra casing windows and extra lateral fluid channels.
Page 20 of 34
CNOOC IRAQ LIMITED
6. RATE PRICE MODEL QUOTATION FOR SERVICES BEYOND BASIC SERVICE PACKAGE AND
SPECIAL SERVICE PACKAGE AND OTHER SERVICE PACKAGE
6.1 RIG SERVICE WITH ASSOCIATED EQUIPMENTS, TOOLS, MATERIALS AND RIG CREWS
No Description Unit Unit Rate Price (USD)
Daily Rate Price for rig with rated power between
1 Per Day Per Rig
750HP and 1000HP
2 Daily Rate Price for rig with rated power≥1000HP Per Day Per Rig
NOTES:
A. Daily Rate Price for rig shall cover all charges relating to Rig services with Rig/Rig Crew/Rig
Tools/Filtered Work Fluid and Mud Engineers/Tubular Handling Equipment and Engineers.
B. With respect to operation suspension due to Company reasons and not due to Contractor fault and/or
negligence, Daily Rate Price shall be applied to ‘RIG SERVICE WITH ASSOCITED EQUIPMENTS,
TOOLS, MATERIALS AND RIG CREWS’ without any other compensation.
C. Daily Price Rate shall be applied to ‘RIG SERVICE WITH ASSOCITED EQUIPMENTS, TOOLS,
MATERIALS AND RIG CREWS’ without any other compensation if and when Company adds extra
works.
D. Daily Rate Price shall be applicable for the service items which are exclusive of the Basic Service
Package, Special Service Package and Other Service Package.
3
Viscous pill, FV(funnel viscosity) ≥100S M
3
Solid-free loss pill with no damage to reservoir M
3
Acid-Soluble LCM pill M
NOTES:
A. The fluid formulations of the work fluid shall be subject to Company’s
approval prior to work implementation.
B. Unit price shall fully cover all the material, equipment and personnel used
for proposed work fluid
Cost related to filtration service and related consumable material shall be covered by
the aforesaid Unit Price of Work Fluid.
Unit Price
Item Service Item Unit
(USD)
Pumping services including equipment, tools, service personnel and
1 12 hrs
transportation
Page 21 of 34
CNOOC IRAQ LIMITED
NOTES:
A. The pumping service shall include pressure test, packer setting, water/diesel/solvent/demulsifier
pumping.
B. The starting time shall be the time when the said equipment, tools and service personnel arrive at the
objective work location, and the ending time shall be the time when the said equipment, tools and
service personnel leave the objective work location.
C. This quotation is applicable for rigless operation when if requested by Company.
Unit Price
Description Unit
(USD)
TCP (Tubing or Drill Pipe Conveyed) Perforating Service in cased hole Per Job
NOTES:
A. TCP perforating package shall include relevant down-hole rental service such as Rupture Disc, R/A Sub,
high-wall tubing, etc. (exclusive of RTTS packer service charge)
B. For perforating service, the Per Job price should include the corresponding depth correlation service.
6.5 ACIDIZING SERVICE AND PUMPING SERVICE WITH ACID PUMPING UNIT
6.5.1 Charges for Service of equipment, tools and service personnel
Unit Price
Item Description Unit
(USD)
Acidizing service with personnel, acid tanks, acid pumps
1 Interval
and buffer tanks, etc.
Pumping service with personnel, acid tanks, acid pumps and
2 Operating Day
buffer tanks, etc.
Equipment/Tools/Materials/Service Crew Transportation for
3 Round Trip
acidizing service and/or pumping service
Unit Price
Item Fluids Unit
(USD)
Acidizing Treatment Fluid (Common Acid) for acidizing or 3
1 M
acid-fracturing service
Acidizing Treatment Fluid (Gelled Acid) for acidizing or 3
2 M
acid-fracturing service
Acidizing Treatment Fluid (Self-Diverting Acid) for acidizing or 3
3 M
acid-fracturing service
Page 22 of 34
CNOOC IRAQ LIMITED
3
4 Acid Fluid for cleaning or flushing M
3
5 Solvent Fluid for cleaning or flushing M
3
6 Demulsifier Fluid for cleaning or flushing M
3
7 Friction Reducing Fluid M
8 Viscosity testing for crude oil or formation fluid Per sample
9 Water analysis (including pH, density, chloride, salinity) Per sample
10 Dissolution ability test Per sample
NOTES:
A. As to Matrix Acidizing Service the skin factor after treatment shall be less than ZERO.
B. The recommended Acid Formula, injection rate and acid volume per meter in APPENDIX III
ACIDIZING AND FRACTURING STUDY RESULT of SECTION 4 shall be referred to accordingly.
C. The fluid formulations of the Acidizing Treatment Fluid, Solvent Fluid, Demulsifier Fluid and acid
fluid shall be subject to Company’s approval prior to work implementation.
Unit Price
Description Unit
(USD)
Coiled tubing equipment, tools and service personnel for single zone
Zone
acidizing operation in vertical wells or deviated well
Coiled tubing equipment, tools and service personnel for acidizing
Job
operation in horizontal well
Coiled tubing equipment, tools and service personnel for single zone
Operating Day
gas lifting operation in vertical wells or deviated well
Coiled tubing equipment, tools and service personnel for gas lifting
Operating Day
operation in horizontal well
Coiled tubing equipment, tools and service personnel for diesel, solvent
Operating Day
and/or demulsifier cleaning or flushing operation
Coiled tubing equipment, tools and service personnel for cement plug Operating Day
Coiled tubing equipment, tools and service personnel for Blanking Plug Per Plug
Page 23 of 34
CNOOC IRAQ LIMITED
removal
Coiled tubing equipment, tools and service personnel for SSD shifting Per SSD
Page 24 of 34
CNOOC IRAQ LIMITED
6.8 WASTES TREATMENT SERVICE
6.9.1 Equipment and Personnel Service Charge
Unit Price
Item Description Unit
(USD)
1 Waste Treatment Equipment and Personnel service for disposed
Well
volume ≤400M during one well operation
3
NOTE:
3
A. If the actual volume of oily waste to be disposed is more than 400M , the Rate Price will be applicable for
extra disposal volume.
Page 25 of 34
CNOOC IRAQ LIMITED
inside of production tubing
NOTES:
Page 26 of 34
CNOOC IRAQ LIMITED
A. Conventional slickline: drift well, open or close SSD, set or retrieve plugs or check valves, etc.
B. As sound Oil & Gas practice dummy run shall be implemented with no additional charges to
Company
C. For Reservoir saturation logging job, proposed testing interval is within 150m. If the test section
more than 150m the actual payment will be Unit Price of job multiplied by [1+increased meters
percentage]
D. For Cement Bond Imaging Logging job, proposed testing section is within 500m. If the test section
more than 500m the actual payment will be Unit Price of job multiplied by [1+increased meters
percentage]
E. For Tubing/casing corrosion Inspection job, proposed testing section is within 500m. If the test
section more than 500m the actual payment will be Unit Price of job multiplied by [1+increased
meters percentage]
F. For perforation service, the price should included corresponding depth correlation service
G. Quoted price for perforating service shall cover all the service charge except perforation gun and
explosive charge. Especially for TCP perforation, the unit price exclude the cost of RTTS and
whole down hole tools used in TCP operation,
H. For reservoir data acquisition service, the quoted price shall include charges for data
interpretation. Data interpretation for service items related to data acquisition shall be Tender’s
responsibility.
I. The preliminary interpretation result shall be submitted to Company within 7 days.
J. PVT sampling service shall not include data interpretation service
K. All the slick-line and/or wire-line operation programs shall be prepared by Contractor and
approved company.
L. PLT at a definite flow rate is defined as a separate job.
M. Company shall return the PVT Sample bottles back to Tender within 30 days after receiving them.
Per day charge shall be applied when PVT Sample Bottle is unable to be returned back to
Contractor.
Page 27 of 34
CNOOC IRAQ LIMITED
NOTES:
A. The down-hole tools services shall include the down hole tools preparation (e.g.: function test, pressure
test, inspection, check threads, assemble the setting tool with the packers, connect protection pups,
repairing, redressing, drawing tools schematic …etc should be carried out in the bidder workshop built by
bidder in Iraq MISSAN oilfields
B. The service engineer should be qualified enough to check all the down hole tools condition on well-site,
record the type of down hole tool, check the threads, dimensions (length, OD, ID), recommended torque,
series number, amount of the down hole tools, and prepare relevant tallies.
C. The service engineer should be qualified enough to assist in supervising running and pulling operations
of the down-hole tools and setting and/or releasing the different types of the packers (Retrievable
Hydraulic and/or Mechanical and Hydraulic Permanent or wire line set packers).
D. Unit price of Per Day will apply for RTTS and Subsurface Control Valve (Storm Valve) when they are
utilized for well temporary abandonment.
Unit Price
Item Service Item Unit DAP,
(USD)
6.11.2A EZSV Packers
1 EZSV packer for 7.0” OD 32.0ppf casing EA
Page 29 of 34
CNOOC IRAQ LIMITED
20 Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection, 6ft/joint Joint
21 Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection, 3ft/joint Joint
22 Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection, 2ft/joint Joint
Ceramic proppant, 10/20 mesh sand retention accuracy, sand grain
23 MT
roundness ≥0.7, crashing efficiency <10% @5000psi, acid-solubility <7%
Ceramic proppant, 20/40 mesh sand retention accuracy, sand grain
24 MT
roundness ≥0.7, crashing efficiency <10% @5000psi, acid-solubility <7%
2.68”Seal Bore, 2.68” minimum ID, 4.3” maximum OD, 3-1/2” OD 9.2ppf
25 EA
premium connection, L80-13Cr material, H 2 S and CO 2 service
Isolation seal matching with 2.68” Seal Bore, Seal unit OD 2.68”,
26 minimum ID≥1.9”, 3-1/2” OD 9.2ppf premium connection, L80-13Cr EA
material, Temperature Rating ≥300 degree F, Pressure Rating 5000psi
2-3/8” Flush Joint Tubing, Maximum OD :2.375”, Minimum ID ≥1.9”
27 Joint
2-3/8” OD 4.60ppf VAM FJL B X P, L80-13Cr, 9.7±0.3m per joint
2-3/8” Flush Joint Tubing, Maximum OD :2.375”, Minimum ID ≥1.9”
28 Joint
2-3/8” OD 4.60ppf VAM FJL B X P, L80-13Cr, 20ft/joint
2-3/8” Flush Joint Tubing, Maximum OD :2.375”, Minimum ID ≥1.9”
29 Joint
2-3/8” OD 4.60ppf VAM FJL B X P, L80-13Cr, 10ft/joint
30 Lifting Nipple for 2-3/8” flush joint tubing EA
31 Bull nose, 3-1/2” OD 9.2ppf premium connection, L80-13Cr material EA
32 Setting Ball for retrievable packer EA
6.11.2E Water Injection Equipment and Material (Optional)
Check Valve, as temporary plug to set anchors and packers, suitable for
1 6-5/8” OD 28.0ppf liner, with premium connection, 300 degree F EA
temperature rating, 5000psi pressure rating, H 2 S and CO 2 service
Upper Anchor, Suitable for 6-5/8″28 PPF casing, Material:
L80-13Cr,Pressure rating: 5,000 psi, Temperature rating: 302 degree F,
2 EA
Releasing force: 180 kN, Thread: 3-1/2〃 JFE Bear B×P, Max OD:
5.5〃,Min ID: 2.992〃,CO 2 and H 2 S service
Isolation Packer, Suitable for 6-5/8″ 28 PPF casing, Material: L80-13Cr,
Pressure between close layer: 3,600psi, Pressure rating: 5000 psi,
3 Temperature rating: 302 degree F, Thread: 3-1/2〃 JFE Bear B×P, Max EA
OD: 5.5〃, Min ID: 2.992〃, Setting pressure: 2500 psi, Releasing force:
150 kN, CO 2 and H 2 S service
Water Injection Mandrel, Suitable for 6-5/8″28 PPF casing, Material of
mandrel: L80-13Cr, Material of nozzle: ceramic or cobalt-base alloy,
4 Pressure rating: 5,000 psi, Temperature rating: 302 degree F, Flow rate EA
rating: 3,000 m³/d, Thread: 3-1/2〃 JFE Bear B×P, Max OD: 5.3〃, Min
ID: 2.087〃, CO 2 and H 2 S service(Integrated with nozzles, no regulator)
Lower Anchor, Suitable for 6-5/8″28 PPF casing, Material: L80-13Cr,
5 Pressure rating: 5,000 psi, Temperature rating: 302 degree F, Thread: EA
3-1/2〃 JFE Bear B×P, Max OD: 5.5〃, Min ID: 2.992〃, Setting pressure:
Page 30 of 34
CNOOC IRAQ LIMITED
1,500 psi, Releasing force: ≤10 kN, CO 2 and H 2 S service
Anti-erosion X/O, Material of body: L80-13Cr, Inner bush: ceramic or
cobalt-base alloy, Pressure rating: 5,000 psi, Temperature rating: 302
6 EA
degree F, Thread: 4-1/2〃 JFE Bear B x 3-1/2〃JFE Bear Pin, Max OD:
5〃, Min ID: 2.992〃, CO 2 and H 2 S service
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
7 EA
20ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
8 EA
12ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
9 EA
10ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
10 EA
8ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
11 EA
6ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
12 EA
3ft/joint
Spacer Blank Pipe, 3-1/2” OD, 9.2ppf, L80-13Cr, premium connection,
13 EA
2ft/joint
14 Miscellaneous to be listed by Bidder based on Bidder’s Technical Proposal SET
6.11.2F Redress Kits
1 Redress Kit for Check Valve, including O-Ring and/or Shear Pins
2 Redress Kit for Blanking Plug, including O-Ring and/or Shear Pins
Redress Kit for Hydraulic Setting Tool for Bridge Plug, including O-Ring
3
and/or Shear Pins
NOTES:
A. Certificates of Country of Origin, API certificates and third-party inspection certificates shall be
applicable to the sale products exclusive of Redress Kits which is belonging to consumable material.
B. The acceptable Country of Origin for Sale Product shall be USA, West Europe, Canada, and other
origins which are accepted by Missan Oil Company.
C. Purchase Order shall be issued by Company for the said products.
D. The delivery of material shall be within 6 months upon the announced Purchase Order.
E. The price quotation for the sell products shall be DAP in CNOOC Iraw Limited Workbase in Buzurgan
Oilfield
Page 31 of 34
CNOOC IRAQ LIMITED
6.12.2 Fishing tool charge
Operational LIH
NO TOOL DESCRIPTION Unit Charge Charge
(USD/run) (USD)
1 5-1/2"/5-3/4"/8-1/8"Overshot in 6-5/8"/7" /9-5/8"casing EA
5-1/2"/5-3/4"/8-1/8"Overshot Extension Sub used in 6-5/8"/7"
2 EA
/9-5/8"casing
Basket grapple for 5-1/2"/5-3/4"/8-1/8"Overshot used for fishing
3 5-1/2", 4-1/2", 3-1/2", 2-7/8" and 2-3/8"tubing with Mill Control EA
Packer
Spiral grapple for 5-1/2"/5-3/4"/8-1/8"Overshot used for fishing
4 5-1/2", 4-1/2", 3-1/2", 2-7/8" and 2-3/8" tubing with Grapple EA
Control/Type A Packer
Basket type or Spirlal Type Grapple for fishing Permanent
5 EA
Production Packers inside 6-5/8" / 7.0" / 9-5/8" Casing.
Back-off Spear for fishing 5-1/2" / 4-1/2" / 3-1/2" /2-7/8" /2-3/8"
6 EA
tubing in 6-5/8"/7"/9-5/8" casing
Release Spear for fishing 5-1/2" / 4-1/2" / 3-1/2" /2-7/8" /2-3/8" tubing
7 EA
in 6-5/8"/7"/9-5/8" casing
Grapples for Back-off/Release use for fishing 5-1/2" / 4-1/2" / 3-1/2"
8 EA
/2-7/8"/2-3/8" tubing
Release Spear used for fishing Permanent Packers inside 6-5/8" &
9 EA
7" casing
Spear Extension Sub for fishing Permanent Packers in 6-5/8" & 7"
10 EA
casing
Spear Grapples for fishing permanent packers in 6-5/8" & 7"
11 EA
casing
Right-hand Thread Right-hand screw Taper Tap / Right-hand Thread
12 Left-hand screw Taper Tap for fishing tubing and drilling pipe in EA
6-5/8"/7"/9-5/8" casing (fishing range 2.125"-3.25" and 3.125"-4.25")
Right-hand Thread Right-hand screw Box Tap (Die Collar) for fishing
13 tubing and drilling pipe in 6-5/8"/7"/9-5/8"casing (fishing range EA
2.5"-3.5"/3.5"-4.5 ")
Junk Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) /
14 EA
6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Concave Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf)
15 EA
/ 6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Pilot Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) /
16 EA
6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
Taper Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" (17.0-20.0ppf) /
17 EA
6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8" (47.0-61.1ppf)
18 Watermelon Mill for 4-1/2" casing (13.5-15.1ppf) / 5-1/2" EA
Page 32 of 34
CNOOC IRAQ LIMITED
(17.0-20.0ppf) / 6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8"
(47.0-61.1ppf)
Impression Block for 4-1/2" casing (13.5-15.1ppf) / 5-1/2"
19 (17.0-20.0ppf) / 6-5/8" (28.0ppf) / 7.0" (32.0ppf) / 9-5/8" EA
(47.0-61.1ppf)
Boot Basket (Fishing Cup) used inside 6-5/8" / 7"casing / 9-5/8"
20 EA
casing
Reverse Circulating Junk Basket used inside 6-5/8"/7"
21 EA
/9-5/8"casing
22 Venturi Type Well Clean-Up tool for 6-5/8" /7"casing/ 9-5/8" casing EA
Page 33 of 34
CNOOC IRAQ LIMITED
END OF SECTION 4
Page 34 of 34
CONTRACT NO. CMIT- PRT-10.53-170167
BETWEEN
AND
[______________________________]
Dated as of
_____________, 201___
Dubai, U.A.E
TABLE OF CONTENTS
Page No.
RECITALS
WHEREAS, Company is engaged in the exploration and development of oil and natural gas,
and in activities related thereto;
WHEREAS, Company desires to engage Contractor from time to time to perform certain
well workover and related services as more fully described in Article I of the
Agreement, Appendix A, Article II and Appendix B (the “Services”) in connection with
Company’s activities; and
NOW, THEREFORE, in consideration of the premises and the mutual promises and
agreements contained herein, and other good and valuable consideration, the sufficiency of
which is hereby acknowledged, the Parties, intending to be legally bound, hereby agree as
follows:
ARTICLE I
SERVICES
(b) “Project Site” means the Missan Oil Fileds, the Republic of Iraq
1.2 Schedule
(a) Contractor shall mobilize the Workover Rigs and associated Rig crews,
tools and materials to the Missan Oil Fields within four (4) months
after receiving Company Notification of Mobilization in the format of
Appendix O.
(b) The “Target Completion Date” is the date required by Company for
each case.
1
(c) Contractor shall perform the Services in accordance with, and subject
to the timing sequences set forth in the Target Schedule, attached
hereto as Appendix C.
1.3 Term
The term of the Agreement shall commence on the Contract Date and continue
to be effective for twenty-four (24) months (the “Contract Period”).
Company shall have the right to extend the Term for Twelve (12) months by at
least a Thirty (30) days prior notice.
ARTICLE II
PRICING AND PAYMENT TERMS
2.1 Pricing
As full consideration for the proper performance of the Services, and subject
to the conditions and limitations set forth in the Agreement, Company shall
pay Contractor the price and rates as specified in Appendix D, subject to
adjustment pursuant to Appendix A, Section 15.1, such adjusted price, shall be
full and final discharge of liability of Company and inclusive of each and
every taxes including but not limited to income taxes, profits taxes, property
taxes, stamp taxes, document taxes, value added taxes, general sales taxes,
sales taxes, excise taxes, surtaxes, surcharges or any other taxes or
governmental charges which any Governmental Authority having jurisdiction
over the Agreement, assess or levy against any member of Contractor and its
Affiliates on account of or resulting from the execution or performance of the
Agreement by Company or Contractor and its Affiliates engaged in
performance and execution of the Agreement. (the “Contract Price”).
For the Delay of Mobilization, Contractor shall pay the Delay Liquidated
Damages to Company as US $20,000.00 (per day of delay) x Number of
Days of delay.
(a) The Parties confirm that the Liquidated Damages represent a genuine pre-
estimate of Company’s loss.
(b) If Contactor fails to complete the Services within the required time
window following the deadline set out above in Article 1.2 for reasons not
attributable to Company, Company shall have the right to terminate this
Agreement immediately and Contractor, notwithstanding the termination, shall
2
be obliged to pay the aforesaid Liquidated Damages to Company without
delay.
Subject to the terms and provisions hereof and for Contractor’s satisfactory
performance of the Services in accordance with the Agreement, Company
shall pay Contractor the Progress Payments as set forth in Appendix D and
Article IX of Appendix A.
2.4 Invoicing
2.5 Account
3
2.6 Retention
ARTICLE III
ADDITIONAL PROVISIONS
ARTICLE IV
MISCELLANEOUS PROVISIONS
The general terms and conditions set forth in Appendix A shall govern the
Agreement.
Within thirty (30) days after the Contract Date, Contractor shall provide to
Company bond, issued by an international recognized bank, or any other
financial institution approved by Company at the time of issuance (which
approval shall not be unreasonably withheld), substantially in the form
contained in Appendix E, in the amount of ten percent (10%) of the Contract
Price when initially issued (with the amount of the Performance Security to be
adjusted thereafter to the then applicable Contract Price each time adjustments
to the Contract Price to guarantee the performance of Contractor’s obligations
hereunder (the “Performance Security”). The Performance Security shall
take effect from the date of issuance and expire no earlier than twenty-seven
(27) months from the date of issuance. All the bank guarantees shall be sent by
Swift Message by the authorized bank of the Supplier to authorized bank of
the Company as specified in the contract. Performance Security shall be
extended if any extension will be made for the Contract period, the Bond
extension period will be the same extension to Contract period.
4.3 Notice
All notices and other communications hereunder shall be in writing and shall
be deemed given if delivered personally, faxed or mailed by registered or
certified mail (return receipt requested), or sent by internationally recognized
overnight courier to the Parties at the following addresses or facsimile
numbers (or at such other address or facsimile number for a Party as shall be
specified by like notice):
If to Company, to
[INSERT]
4
with copies to
[INSERT]
If to Contractor, to
[INSERT]
with copies to
[INSERT]
(b) Should any conflict exist between or among documents forming the
Agreement, the order of priority in which the conflicting provisions
shall govern, one over the other, is as follows:
5
(iii) Any other Appendices;
6
IN WITNESS WHEREOF, each Party has caused its duly authorized representative to sign
the Agreement as of the date first written above.
By: ______________________________
Name:
Title:
By: ______________________________
Name:
Title:
ARTICLE I
DEFINED TERMS
The following terms shall have the following meanings in the Agreement:
“Affiliate” means, with respect to any Person, any other Person controlling,
controlled by or under common control with such Person. For purposes of this
definition and this Agreement, the term “control” (and correlative terms) means the
power, whether by contract, equity ownership or otherwise, to direct the policies or
management of a Person.
“Agreement” has the meaning set forth in the preamble to the Agreement.
“Applicable Law” means all laws (including any rules of the common law and
Environmental Laws), statutes, rules, regulations, ordinances, subsidiary legislation,
codes, judgments, orders, decrees, injunctions, and requirements of Governmental
Authorities with jurisdiction or authority over the Parties, or the performance of the
Services, including Permits now or hereafter issued under any of the foregoing.
“Business Day” means any day other than (a) a Saturday or Sunday or (b) a day on
which commercial banks in any Business Jurisdictions are authorized or required to
be closed.
“Business Jurisdictions” has the meaning set forth in Section 3.1 of the Agreement.
“Claim” means any judgment, claim, action, cause of action, demand, lawsuit,
proceeding, grievance, governmental investigation or audit, loss, assessment, fine,
penalty, administrative order, arbitral award, obligation, cost (including attorneys’
fees), expense, lien, liability or damage (whether direct, indirect, actual, consequential
or punitive).
“Commencement Date” has the meaning set forth in Section 1.2(a) of the
Agreement.
“Company” has the meaning set forth in the preamble to the Agreement.
“Company Default” has the meaning set forth in Appendix A, Section 21.4.
Appendix A- 1
“Company Items” means with respect to the provision of the Services, the
equipment, materials and items listed in Appendix H to be provided at the expense of
Company; provided however, Company may, by written notice at any time and from
time to time, revise the designation of Company Items.
“Consumables” means all supplies, water, oil, electricity and other property
consumed in performing the Services.
“Contract Price” has the meaning set forth in Section 2.1 of the Agreement.
“Contractor” has the meaning set forth in the preamble to the Agreement.
“Contractor Items” means with respect to the provision of the Services, the
workover and other related equipment, spare parts, materials, expendables and other
supplies related thereto to be provided by Contractor.
“Contractor Liens” means any claim, lien, charge or encumbrance on the Project
Sites or any part thereof or interest therein in favor of Contractor, any Subcontractor
or any of their respective employees, laborers, materialmen or other suppliers of
goods or services.
“Demobilization” means the removal from the Project Site on Services Completion
or at a mutually agreed later date of all of Contractor Items, Personnel and
Consumables and where applicable, repatriation of such Contractor Items, Personnel
and Consumables to their respective points of origin in accordance with Contractor’s
policies as of the Contract Date.
Appendix A- 2
“Dollar” and “$” mean the currency of the United States of America.
“Environmental Law” means any Applicable Law relating to: (a) the conservation,
improvement, protection, pollution, contamination or remediation of the environment;
(b) any Release, including investigation and cleanup of such Release or threatened
Release; or (c) the storage, treatment, disposal, recycling or transportation of any
Hazardous Substances, including Permits now or hereafter issued under any of the
foregoing.
“Extra Service” has the meaning set forth in Appendix A, Section 14.4.
“Force Majeure” means any event that: (a) renders a Party unable to comply with its
obligations under this Agreement; (b) is beyond the reasonable control of the affected
Party; (c) does not result from the fault, negligence or intentional act of the affected
Party or such Party’s failure to comply with Applicable Law or the Standard of a
Prudent Contractor; and (d) could not have been avoided by the affected Party
through the exercise of proper diligence including the expenditure of reasonable
monies and/or taking reasonable precautionary measures, including (to the extent that
such events satisfy the foregoing criteria), the following:
(i) acts of God or the public enemy;
(vii) a change in any Applicable Law (other than one affecting only a tax
payable by Contractor or any other cost of Contractor’s performance
hereunder) that takes place after the date of the Agreement; and
Appendix A- 3
(D) late delivery of Contractor Items, except to the extent caused by
an event that would otherwise constitute a Force Majeure;
“Items” means Company Items and Contractor Items, in the aggregate, which are
specified in Appendix H.
Appendix A- 4
“LCIA Rules” is defined in Appendix A, Section 22.10(c).
“Legal Dispute” means any dispute, controversy or claim, of any and every kind or
type, whether based on contract, tort, statute, regulations, or otherwise, arising out of,
connected with, or relating in any way to the Agreement, the relationship of the
Parties, the obligations of the Parties or the operations carried out under the
Agreement, including any dispute as to the existence, validity, construction,
interpretation, negotiation, performance, non-performance, breach, termination, or
enforceability of the Agreement, provided a Legal Dispute shall not include any
matter referable to an accounting firm for determination pursuant to the Agreement.
“Lien” means any lien, pledge, security interest, claim, mortgage, deed of trust, lease,
option, right of first refusal, easement, covenant, condition, restriction or servitude,
transfer restriction under any agreement (other than this Agreement), encumbrance or
any other restriction, encumbrance or limitation whatsoever.
“Mobilization” means the arrival at the Project Site of all of Contractor Items,
Consumables and Personnel necessary for Contractor to carry out the Services.
“Party” or “Parties” has this meaning set forth in the preamble to the Agreement.
“Progress Payment” means the portion of the Contract Price Company is obligated
to pay Contractor for Contractor’s proper and satisfactory completion of the Services
comprising a Payment Milestone in accordance with the Agreement.
Appendix A- 5
“Prohibited Lien” means any Contractor Lien other than a Contractor Lien based on
Company’s continuing failure to pay any amount claimed by Contractor to be owed
pursuant to this Agreement and not disputed in good faith by Company.
“Project Sites” means the location of any Services to be carried out by Contractor
and in relation to which Contractor carries out the Services pursuant to this
Agreement.
“Proprietary Information” has the meaning set forth in Appendix A, Section 10.3.
“Release” means any spill, discharge, leak, emission, injection, escape, dumping,
leaching, dispersal, emanation, migration or release of any Hazardous Substance into
the environment, including the abandonment or discard of barrels, containers, tanks or
other receptacles containing or previously containing any Hazardous Substance.
“Retention” means the percentage set forth in Section 2.6 of the Agreement.
“Retention Amount” has the meaning set forth in Appendix A, Section 9.2(a).
“Services Completion” shall be deemed to have occurred with respect to the Services
upon the receipt and acceptance, in writing, by Company of the Services Completion
Certificate certifying each of the following to be true and correct:
(a) all Services have been fully and completely performed in accordance with the
Agreement, including Demobilization;
(c) Contractor shall have provided Company all documentation required by the
scope of Services;
“Services Completion Date” means the date the accepted Services Completion
Certificate is received by Company.
Appendix A- 6
contractor engaged in the same type of undertaking in similar circumstances or
conditions in compliance with the Applicable Law and, where applicable, at least with
the standards specified in ANSI/API Specification Q1 (Specifications for Quality
Programs for the Petroleum, Petrochemical and Natural Gas Industry) and any
amendments, addenda or revisions thereto.
“Target Completion Date” has the meaning set forth in Section 1.2(b) of the
Agreement.
“Target Jurisdiction” has the meaning set forth in Section 1.1 of the Agreement.
“Target Schedule” means the schedule for the performance of the Services as set
forth in Appendix C, which may be adjusted only pursuant to Appendix A,
Section 15.2.
“Taxes” means any tax and similar governmental charge, impost, levy, fee or
assessment, however denominated (including income tax, business asset tax, franchise
tax, net worth tax, capital tax, estimated tax, withholding tax, use tax, gross or net
receipt tax, sales tax, transfer tax or fee, excise tax, real and personal property tax, ad
valorem tax, value added tax, payroll related tax, employment tax, unemployment
insurance, social security tax, minimum tax, and import tax and other obligations of
the same or a similar nature), together with any related liabilities, penalties, fines,
additions to tax or interest, imposed at the national, state or municipal level, including
monetary corrections.
Appendix A- 7
(b) Titles appearing at the beginning of any Articles, Sections, subsections,
or other subdivisions of the Agreement are for convenience only, do
not constitute any part of such Articles, Sections, subsections or other
subdivisions, and shall be disregarded in construing the language
contained therein.
(d) The word “or” is not exclusive, and the word “including” (in its
various forms) shall mean including (in its various forms) without
limiting the generality of the description preceding such term.
(f) Words, terms, and titles (including terms defined herein) in the
singular form shall be construed to include the plural and vice versa,
unless the context otherwise expressly requires.
(g) Unless the context otherwise requires, all defined terms contained
herein shall include the singular and plural and the conjunctive and
disjunctive forms of such defined terms.
ARTICLE II
SCOPE OF SERVICES
Contractor shall furnish all Contractor Items which are required to complete
the proper and timely execution of the Services. Such Contractor Items shall
comply with the appropriate industry standards.
2.3 Permits
Contractor shall, at its sole cost, risk and expense, provide all notices, pay all
fees, and obtain each of the Permits for the performance of the Services as set
forth in Appendix F and any other Permits related to the Services other than
Company Permits, and any completion certificates required by Applicable
Law (collectively, the “Contractor Permits”) and shall cooperate with and
reasonably assist Company (including, but not limited to, providing
Appendix A- 8
documents and information reasonably requested by Company) to obtain the
Company Permits. Upon request of Company, Contractor shall provide to
Company copies of each Contractor Permit obtained by Contractor.
(a) Except as otherwise provided herein, if the use of any land other than
the Project Site is required for the performance of the Services
(including any access roads and any areas for lay-down, storage,
assembly, parking, camp or other purposes), then the use of such land
shall be procured by Contractor at its sole cost, risk and expense.
Contractor shall at its sole cost, risk and expense (a) obtain any Permit
or private party consent necessary to occupy and utilize such land,
(b) occupy and utilize such land in accordance with all Applicable
Law, (c) use its reasonable commercial efforts to prevent any damage
to such land and minimize any damage to vegetation on such land and
(d) compensate any Person having an interest in such land for any
damage caused thereto and keep and leave such land in a clean and
orderly condition, and perform any remediation required by Applicable
Law.
Appendix A- 9
and transportation conditions prevailing in the Target Jurisdiction and
the Project Site, which shall allow the Services to be carried out in
accordance with good and prudent practices as are generally followed
by the international petroleum industry. Contractor shall maintain each
such access road, bridge, drainage, etc. thereto in a safe and usable
condition during the term of the Agreement.
(iii) use all reasonable efforts to mitigate the effects of any such
discovery on the Project Sites, any property or Person, and the
performance of the Services; and
Appendix A- 10
in accordance with Appendix A, Article XII to a reasonable extension
to the Target Completion Date in respect of any delay suffered by
reason of such discovery or Company’s directions with respect to such
discovery, other than as a result of Contractor’s breach of its
obligations under the Agreement. Any item of value or archaeological
or geotechnical interest shall, as between Company and Contractor, be
deemed the property of Company.
ARTICLE III
REPRESENTATIONS AND WARRANTIES
(b) Contractor has full power and authority to execute the Agreement and
to carry out all its obligations under the Agreement. Its execution and
performance of the Agreement and the consummation of the
transactions contemplated by the Agreement have been duly authorized
by all requisite corporate action on its part. The Agreement constitutes
a valid and legally binding obligation of Contractor, enforceable
against it in accordance with its terms, except as enforcement may be
limited by applicable bankruptcy, insolvency, reorganization,
moratorium, and other similar laws now or hereafter in effect relating
to creditors’ rights generally. Contractor’s representative executing the
Agreement has sufficient authority to sign the Agreement in
Contractor’s name and on Contractor’s behalf, and such authority has
not been limited or revoked.
Appendix A- 11
Agreement or the ability of Contractor to perform its obligations
hereunder.
(e) Contractor has reviewed the Agreement and has and will be at all times
have (or, relying on the services of Subcontractors, will be able to
obtain and maintain for the term of the Agreement) the requisite
expertise, professional qualifications, licenses, registrations, skills,
Personnel, technology, experience, technical and financial resources to
perform the Services in accordance with the Agreement.
(b) Company has full power and authority to execute the Agreement and
to carry out all its obligations under the Agreement. Its execution and
performance of the Agreement and the consummation of the
transactions contemplated by the Agreement have been duly authorized
by all requisite corporate action on its part. The Agreement constitutes
a valid and legally binding obligation of Company, enforceable against
it in accordance with its terms, except as enforcement may be limited
by applicable bankruptcy, insolvency, reorganization, moratorium, and
other similar laws now or hereafter in effect relating to creditors’ rights
generally. Company’s representative executing the Agreement has
sufficient authority to sign the Agreement in Company’s name and on
Company’s behalf, and such authority has not been limited or revoked.
Appendix A- 12
ARTICLE IV
STANDARD OF PERFORMANCE
(b) Any Services or Contractor Items that fully satisfy the requirements
and standards set forth in Appendix A, Section 4.1(a) are referred to
herein as “Conforming” (and any Services or Contractor Items that
fail to satisfy any such requirements or standards are referred to herein
as “Defective”; and the condition causing such Services or Contractor
Items to be Defective is referred to herein as a “Defect”).
(c) Contractor shall, at its sole cost and expense, promptly correct any part
of the Services that is Defective, regardless of the stage of its
completion or the time or place of discovery of such errors and
regardless of whether Company has previously accepted it through
mistake, inadvertence, oversight or otherwise.
(b) Company shall have the right (but not the obligation) to require
Contractor to stop any portion of the Services that are performed in
violation of Appendix A, Section 4.2(a).
(d) Contractor shall at its sole cost, risk and expense remediate any release
of any substance or other event that occurred as a result of Contractor’s
violation of its obligations under Appendix A, Section 4.2(a).
(a) Contractor represents, warrants and covenants that the Services shall
comply in all respects with all Applicable Laws.
Appendix A- 13
material violation of any Applicable Law with respect to the
performance of the Services (or not relating to the Services if the
existence of such violation could (i) adversely affect the ability of
Contractor or any Subcontractor to obtain or maintain any Permit; (ii)
otherwise adversely affect the Services; or (iii) adversely affect
Company).
(c) Contractor shall comply with all Permits and all agreements relating to
the Services, including all restoration or cleanup upon completion of
the Services required by the Agreement.
ARTICLE V
SAFETY; PROTECTION; RISK OF LOSS
5.1 Safety
(a) Contractor and Company both recognize and agree that safety is of
paramount importance in the performance of the Services and that
Contractor is fully and solely responsible for ensuring that the Services
is performed in a safe manner.
(b) Contractor shall establish and maintain a safety program, and shall
submit such program to Company for review and comment no less
than ten (10) days prior to the Commencement Date. Contractor shall,
and shall cause its employees, agents and Subcontractors (and their
respective employees and agents) to, comply with such safety program
and any other reasonable safety procedures in performing the Services.
Appendix A- 14
(e) Contractor shall, and ensure that its servants, agents and subcontractors
shall observe all Company’s rules, regulations, guides and
requirements in relation to health, environment protection and safety as
specified in APPENDIX N Health, Safety, Security and
Environmental Requirements or as may be notified to the Contractor
from time to time.
(a) Contractor shall be responsible for the care, custody and control of the
Services, all Contractor Items and all Consumables and shall assume
all risk of any physical loss or damage thereto or destruction thereof
until the Services Completion Date.
(b) Company shall bear the risk of physical damage or loss to any
Company Items until such time as such materials are delivered to
Contractor for performing the Services, from and after which time risk
of physical damage or loss thereto will be borne by Contractor in
accordance with this Appendix A, Section 5.3.
Contractor shall promptly notify Company of any (a) injury to, or death of,
persons or (b) alleged or actual material damage to property arising from or
related to the Services or any actual or alleged criminal conduct by any of
Contractor’s agents or employees, the agents or employees of any
Subcontractor, or of any other Person associated with the Services.
(b) Contractor, at its sole cost, risk and expense, shall provide
accommodations to Company’s Personnel as provided in the scope of
Services. Contractor shall provide, subject to availability, reasonable
accommodation to such other of Company’s Personnel, at Company’s
Appendix A- 15
sole cost, risk and expense, as Company shall reasonably request from
time to time at each Project Site where the Services are conducted or
are to be conducted.
ARTICLE VI
COMPANY RIGHTS AND OBLIGATIONS
(a) Company shall cause all Company Items to be delivered to the Project
Site in accordance with the Services Schedule.
(b) Company shall provide Contractor with material safety data sheets for
all Company Items.
6.2 Permits
ARTICLE VII
CONTRACTOR’S PERSONNEL AND REPRESENTATIVES
(a) Contractor shall, and shall cause its Subcontractors to, furnish all
personnel, crews, supervisors, watchmen and other employees, agents
and representatives (“Personnel”) necessary to properly and timely
perform the Services in a safe manner and otherwise in accordance
with the Agreement. Company shall not be responsible for providing
shelter, food, living and drinking water, medical attention,
transportation, security or any other service or facility whatsoever for
the Personnel of Contractor or any Subcontractor. All immigration
requirements, and all passports, visas and other migratory documents,
required for Personnel of Contractor or any Subcontractor shall be the
responsibility of Contractor.
Appendix A- 16
(b) Contractor shall, and shall cause its Subcontractors to, employ
qualified, competent and properly licensed Personnel to perform the
Services. Contractor shall immediately remedy any failure by any
Personnel of Contractor or any Subcontractor to comply with the
Agreement.
(d) Contractor shall use all commercially reasonable efforts to prevent, and
mitigate the effects of, any strikes, work stoppages, slowdowns or
similar activities of or by, or lockouts against, Contractor’s Personnel
or the Personnel of any Subcontractor that would delay or otherwise
impede the progress or quality of the Services.
Appendix A- 17
Contractor shall select its employees strictly in accordance with
applicable laws and ensure that all its employees hold and
maintain all licenses, authorizations and permissions, and,
where applicable, a valid visa, required for the employee to
work for the Contractor in his or her assigned role in accordance
with applicable laws and the Contractor shall not use for the
purposes of this agreement any employee who has a criminal
record, who has been involved in any terrorist related activity or
the funding of terrorist related activity or who is otherwise not
of good character. The Contractor shall indemnify and hold
Company harmless against any losses, whether direct or
indirect, and damages arising out of or incidental to
Contractor’s failure to comply with this article and/or applicable
laws.
Appendix A- 18
The Contractor shall indemnify and hold Company harmless against any
losses, whether direct or indirect, and damages arising out of or incidental to
Contractor’s failure to comply with this article and/or applicable laws.
(c) Contractor shall also designate in writing to Company at least one (1)
of its employees or representatives as a substitute for the Contractor’s
Representative referred to in Appendix A, Section 7.2(b) in the event
such Contractor’s Representative is unable to serve as the Contractor’s
Representative at any time. Contractor shall have at least one (1) of
the Contractor’s Representatives with full authority available during all
periods, including overtime and second and third shifts, when the
Services are in progress.
ARTICLE VIII
SUBCONTRACTS
Subject to the terms and conditions set forth herein, and subject further to the
prior written approval by Company (which shall not be unreasonably
withheld), Contractor shall have the right to utilize Subcontractors to perform
portions of the Services; provided, however, Contractor shall remain liable to
Company for the Services performed by Subcontractors to the extent as if
Contractor had performed such Services directly. Contractor shall cause each
Subcontract to include: (a) as Subcontractor obligations the material
obligations of Contractor under the Agreement; and (b) as Contractor rights
the material rights of Company (including audit rights) under the Agreement.
Appendix A- 19
8.2 Subcontractor Warranties
None of Company’s rights under the Agreement shall create any contractual
relationship between Company and any Subcontractor.
8.7 Liens
Appendix A- 20
(b) Contractor, in its Subcontracts, shall require all Subcontractors to
expressly waive the right to file any lien against Company’s property,
and, if requested, provide Company with copies of such waivers.
ARTICLE IX
PAYMENTS
9.1 Invoicing
Each invoice shall set forth in Dollars the aggregate amount due and payable
to Contractor and shall be accompanied by:
(i) all Subcontractors have been paid the monies due and payable
for the Services performed or will be paid from proceeds of the
current invoice;
(c) social security clearance letter from the Social Security Department of
the Republic of Iraq. The Company reserve the rights to withhold any
payment under this contract if the social security clearance letter has
not been provided by the supplier
9.2 Retention
(a) Notwithstanding anything to the contrary set forth herein, all amounts
owed by Company in respect of the Services shall be subject to the
Retention, which shall be retained or applied by Company in
accordance with the terms of the Agreement (the aggregate amount
subject to such Retention, the “Retention Amount”); provided,
however, Company may decide to release a portion of the Retention
Amount if it determines, in its sole and absolute discretion, that a
reduced Retention Amount adequately protects Company from any and
all risks associated with Contractor’s performance of the Services.
Appendix A- 21
(b) Company may utilize all or any portion of the Retention to satisfy
Contractor’s obligations under the Agreement.
(a) Subject to Retention, no later than one hundred eighty (180) days after
Company’s receipt of an invoice submitted in accordance with the
Agreement (including all supporting data), Company shall remit the
undisputed amount due to Contractor with respect to such invoice.
Payments shall be made by wire transfer of immediately available
funds in Dollars to an account designated by Contractor. The account
shall be designated by Contractor at least ten (10) days prior to
delivery of the invoice. Payments made by the Company shall not
preclude the right of the Company to thereafter dispute any of the
items invoiced.
(b) Company shall not be obligated to make any payment to Contractor if:
9.4 Set-Off
Company may set off any amount due and payable from Contractor under the
Agreement against any Progress Payment or other amount due and payable
hereunder.
Appendix A- 22
9.5 Social Security Clearance
Company shall pay the Contract Price after the Services have been completed
and satisfactorily accepted by Company and the Contractor provide Social
Security Clearance Letter from the Social Security Department of the Republic
of Iraq. The Company reserves the rights to withhold any payment under this
contract if the social security clearance letter has not been provided by the
Contractor.
Contractor shall deliver, along with the last invoice, (a) a written general
release (conditioned on the payment of such invoice and the payment of all
amounts finally determined to be due and owing from previous invoices)
releasing Company (and its Affiliates, shareholders, agents, representatives
and employees) from any and all claims by Contractor arising under or in any
way connected with payments due and owing with respect to the Services
performed (except that the foregoing release shall not, unless the Parties agree
expressly otherwise, release Company from any claims for indemnification
then existing or thereafter arising under Appendix A, Section 18.1(b)), through
the Services Completion Date and certifying that all Subcontractors have been
paid or will be paid from the last invoice, and (b) a final lien release in the
form of Appendix L (the “Final Release”).
9.8 Taxes
(a) Contractor shall pay and be responsible for any and all Taxes, levies,
excises, duties, assessments and other charges of any kind levied by
any Applicable Laws on or because of:
(ii) any payment to, or the work of, Contractor and/or any
Subcontractor;
Appendix A- 23
prior to title thereto passing to Company pursuant to the terms
hereof;
(b) Any Tax payable with respect to, and not included in, the Agreement
or any agreement with any Subcontractor is included in the Contract
Price and shall be paid by Contractor.
(c) Contractor shall agree to have taken into account, in its rates, sums,
and prices all and any Taxes which any Governmental Authority
having jurisdiction over the Agreement, may impose, assess or levy
against any member of Contractor and its Affiliates on account of or
resulting from the execution or performance of the Agreement by
Company or Contractor and its Affiliates engaged in performing the
Work.
(d) If the Contractor claims that tax should not be withheld or tax already
withheld should be released or the tax should be deducted at the lower
rate, as the case may be, the Contractor needs to produce the valid
evidence in the form of letter to the same effect from the competent
authorities of the countries having jurisdiction over the Agreement.
(f) Contractor shall make all reports and take all other actions legally
required to satisfy tax, accounting and reporting requirements of any
Governmental Authority having jurisdiction over the Agreement or the
performance of Contractor and its Affiliates engaged in performing the
Work under the Agreement.
(g) All payments under this Agreement shall be subject to tax deductions
as per tax laws applicable in the republic of Iraq at the time of
payment.
Appendix A- 24
9.9 Payment Not Waiver or Acceptance of Services
The Parties acknowledge and agree that: (a) the damages Company would
suffer as a result of a delay in the Services Completion Date would be difficult
to determine with certainty; (b) after taking into account the terms of the
Agreement and all relevant circumstances as of the date hereof, the Delay
Liquidated Damages represents a reasonable and genuine estimate of the
damages that Company would suffer as a result of a delay in the Services
Completion Date; and (c) such liquidated damages do not constitute a penalty.
Payment of Delay Liquidated Damages shall be Company’s exclusive remedy
for a delay in achieving Services Completion; provided; however, such
limitation shall not apply to any remedies for Contractor’s failure to achieve
Services Completion, other than any remedies relating solely to a delay in
achieving the Services Completion Date.
ARTICLE X
INTELLECTUAL PROPERTY
Company will, upon the creation thereof, own any intellectual property,
including trademarks, patents, copyrights and trade secrets, resulting from the
Services. The Services performed hereunder shall be deemed “services made
for hire.” Contractor shall execute documents, including agreements with its
Subcontractors, employees and agents and assignment documents, necessary
to effectuate Company’s ownership of such intellectual property.
Appendix A- 25
10.3 Proprietary Information
Contractor shall not, without the prior written consent of Company: (a) use
any name, trade name, registered trademark or logo of Company or any of its
Affiliates in any advertising or communications to the public in any format;
(b) issue or publish any releases or announcements regarding the Agreement,
the Services or any activities related thereto; or (c) except as required in
connection with the performance of the Services, take any photographs, video
or other recordings of Company’s property.
ARTICLE XI
CONFIDENTIALITY
(a) Contractor shall hold in confidence and refrain from disclosing all
business, technical, subcontractor, personnel, and other information
that is made available by Company, directly or indirectly, or developed
or acquired by Contractor or any Subcontractor in connection with the
Services or pursuant to the Agreement, including any such information
made available to Contractor prior to the execution of the Agreement
(collectively “Confidential Information”); provided, however,
Confidential Information shall not include Unrestricted Information.
Appendix A- 26
agreements on materially identical terms to those set forth in
this Appendix A, Article XI.
Contractor shall not, without the prior written consent of Company, use any
Confidential Information for any purpose other than the performance of the
Services.
11.4 Survival
This Appendix A, Article XI shall remain in effect for a period of five (5)
years from the later of: (a) the Services Completion Date; or (b) the date of
termination of the Agreement.
Except as required by Applicable Law, neither Party shall disclose the terms
of the Agreement without the consent of the other Party; provided, however, a
Party may disclose the terms of the Agreement in confidence to its lenders and
prospective lenders without the consent of the other Party.
Appendix A- 27
ARTICLE XII
COMPANY DELAYS; SUSPENSION
(a) Subject to Appendix A, Section 12.4, if and to the extent that a delay
(other than any late payment) by Company in performing its
obligations under the Agreement materially and adversely delays
Contractor in performing the Services, such delay shall constitute a
“Company Delay.”
(a) Company may suspend all or any portion of the Services at any time,
with or without cause, by giving notice to Contractor specifying the
part of the Services to be suspended and the effective date of such
suspension (such a suspension, a “Company Suspension”).
Appendix A- 28
Schedule; provided, however, such adjustment shall not necessarily be
equal to the days suspended.
ARTICLE XIII
FORCE MAJEURE
A Party shall not be in default of its obligations hereunder to the extent its
delay in performance results from an event of Force Majeure, provided the
Party affected by the Force Majeure uses all commercially reasonable efforts
to: (a) proceed with its obligations under the Agreement to the extent that it is
not prevented from doing so by the event of Force Majeure; (b) remove or
relieve any event of Force Majeure and its consequences and minimize the
effects of the delay caused thereby; and (c) resume performance as soon as
practicable after the event of Force Majeure. The occurrence of an event of
Force Majeure shall not relieve the affected Party of its obligations to mitigate
the effects thereof.
13.2 Notification
ARTICLE XIV
CHANGE ORDERS
Company shall have the right to revise the scope of Services pursuant to a
Change Order. No Change Order shall be required other than to revise the
Appendix A- 29
scope of Services. A Change Order revising the scope of Services shall
include, to the extent necessary, an equitable adjustment of the Contract Price
and the Services Schedule to account for the impact of the net revision to the
scope of Services. For purposes of the Agreement a modification to the
requirements set forth in Appendix B shall constitute a revision to the scope of
Services.
To the extent any Change Order has a material affect on Contractor’s ability to
achieve the Target Completion Date, Company shall equitably adjust such
Target Completion Date pursuant to a Change Order; provided however, such
adjustment shall not necessarily be equal to the number of days required to
perform the additional Services. Notwithstanding anything to the contrary set
forth herein, Contractor shall not be entitled to a Change Order to address
delays or cost increases resulting from Contractor’s failure to perform in
accordance with the terms of the Agreement.
Company may submit a written request to Contractor for services outside the
scope of Services (such work, if any, “Extra Service”). Any Extra Service
shall be performed in accordance with the terms of the Agreement and at the
applicable rates set forth in Appendix M; provided, however, if such rates do
not apply to the Extra Service, Contractor shall promptly submit a pricing
proposal with respect to the Extra Service, which proposal, if accepted by
Company, shall become an amendment to the Agreement. Contractor shall
invoice and maintain separate cost records for each Extra Service
authorization issued by Company.
ARTICLE XV
ADJUSTMENTS
Appendix A- 30
15.2 Adjustments to Target Schedule
ARTICLE XVI
INSPECTIONS; DEFECTS
Appendix A- 31
outside the scope of Services, then Contractor shall perform such
activity but shall be entitled to an adjustment in the Contract Price and,
if applicable, the Target Schedule in accordance with Appendix A,
Article XV (and Company shall execute the related Change Order) if
and to the extent that it is later determined that such activity is outside
the scope of Services.
16.2 Audit
Contractor shall keep, and shall cause its Subcontractors to keep, such full and
detailed books, records and accounts as may be necessary for compliance with
its obligations under the Agreement for a period of five (5) years after
Services Completion. Company, through the Company’s Representative, shall
have the right, on reasonable advance notice to Contractor, to have a
reasonable number of Company’s General Representatives inspect, during
normal business hours, Contractor’s books and records and other relevant
information as to Contractor’s costs and time and material usage to the extent
they are relevant for auditing any Services performed on a unit price or time
and material basis.
ARTICLE XVII
TARGET AND SERVICES SCHEDULES
(a) The Target Schedule lists the key milestones with respect to achieving
Services Completion (the “Key Milestones”).
(b) In the event Contractor has reason to believe that there will be a
material deviation in the Services Schedule which may result in
Contractor failing to meet the Target Completion Date or may affect
the time required for Company to perform any of its obligations,
Contractor shall promptly provide Company a written notice thereof,
which notice shall specify any corrective actions planned to be taken
by Contractor.
Appendix A- 32
(c) Contractor and Company shall jointly develop monthly updates to the
Services Schedule, each of which shall only become effective upon
Company’s approval thereof. In addition to such monthly updates,
Contractor shall provide Company daily with copies of the field
progress reports Contractor prepares on a daily basis.
17.4 Meetings
No later than thirty (30) days after the Commencement Date, the Parties shall
agree upon the frequency with which meetings between the Parties shall be
held to discuss the progress of the completion of the Services and any other
related matters, provided it is presently the intention of the Parties that such
meetings occur weekly.
No later than thirty (30) days after the Commencement Date, the Parties shall
agree upon the frequency with which Contractor shall provide Company with
written progress reports and the form and content of such reports, provided it
is presently the intention of the Parties that such reports be provided no less
than monthly and shall include, at a minimum, a description of the progress of
the Services, details regarding the completion of Key Milestones, the status of
the procurement of Items, a comparison of the actual schedule of the Services
with the Target Schedule, and an evaluation of problems and deficiencies and
a description of any planned corrective action with respect thereto.
ARTICLE XVIII
INDEMNIFICATION
Appendix A- 33
(b) To the fullest extent permitted by Applicable Law, Company shall
indemnify, save harmless and defend Contractor, its Affiliates and
their respective employees, agents, directors, officers and
representatives (collectively, the “Contractor Indemnitees”) from all
Claims, including reasonable attorneys’ fees, growing out of personal
injury, death or damage to Contractor’s property to the extent caused
by Company, its subcontractors at any level or any of their respective
employees or agents, except to the extent such injury, death or damage
is caused by Company, its subcontractors at any level or their
respective employees or agents acting at the direction of Contractor or
any of its Subcontractors.
Appendix A- 34
18.5 Environmental Indemnities
Appendix A- 35
(i) procure for Company the right to continue to use the infringing equipment
or process; (ii) replace such equipment or process with non-infringing
equipment or process of equal utility and efficiency; or (iii) modify such
equipment or process so that it becomes non-infringing without affecting its
utility or efficiency; provided, however, Contractor may only elect the action
described in clause (ii) or (iii) if Contractor and Company agree upon a
schedule for such action that will allow Contractor to complete such action
within a reasonable period of time without unreasonably interfering with
completion of the Services.
(a) Within a reasonable time after receipt by any Indemnitee of any Claim
as to which the indemnity provided for in the Agreement may apply,
such Indemnitee shall notify the indemnifying Party in writing of such
fact; provided, however, delay in notifying the indemnifying Party
shall not relieve such Party of its indemnification obligations except to
the extent that it is materially prejudiced by such delay.
(b) The indemnifying Party shall diligently, competently and in good faith
control and conduct the defense, with counsel reasonably satisfactory
to the Indemnitee, of any Claim as to which the indemnity provided for
in the Agreement applies; provided, however, the indemnifying Party
may not settle or compromise any such Claim without the Indemnitee’s
consent unless the terms of such settlement or compromise
unconditionally release the Indemnitee(s) from any and all liability
with respect thereto and do not impose any obligations on any
Indemnitee.
(c) An Indemnitee shall have the right, at its option (but not the
obligation), to be represented by advisory counsel of its own selection
and at its own expense and to monitor the progress and handling of an
indemnified Claim. An Indemnitee shall also have the right, at its
option (but not the obligation), to assume the defense of any such
Claim with counsel of its own choosing at its sole cost and expense;
provided, however, an Indemnitee shall have the right to assume the
defense of, and to settle or compromise, any such indemnified Claim at
the indemnifying Party’s expense if: (i) the indemnifying Party fails to
acknowledge, in writing, its responsibility to assume the defense of
such Claim; (ii) the indemnifying Party fails to diligently, competently
and in good faith control and conduct the defense of such Claim with
counsel reasonably satisfactory to the Indemnitee; (iii) there is an
apparent conflict of interest between the indemnifying Party and the
Indemnitee with respect to such Claim; or (iv) such Indemnitee shall
have reasonably concluded that there are legal defenses available to it
Appendix A- 36
which are different from, additional to or inconsistent with those
available to the indemnifying Party.
18.9 Waiver
An indemnifying Party shall be liable for reasonable attorneys’ fees and costs
of litigation associated with enforcement of an Indemnitee’s rights pursuant to
this Appendix A, Article XVIII.
ARTICLE XIX
NO CONSEQUENTIAL DAMAGES; LIMITATION OF CLAIMS
Contractor must bring any cause of action arising under the Agreement within
[one (1) year] from the time the cause of action accrues.
ARTICLE XX
INSURANCE
Appendix A- 37
forth in Appendix J with respect to its obligations under the Agreement, and
the obligations of any field Subcontractors, and any additional insurance
coverage that is required by Applicable Law.
(a) Contractor shall be solely responsible for all costs and deductible or
retention amounts under the insurance coverage required pursuant
to Appendix A, Section 20.1.
Appendix A- 38
(g) In the event Contractor fails to provide or maintain the insurance
coverage as required under Appendix A, Section 20.1, Company shall
have the right, but not the obligation, upon ten (10) days’ prior written
notice to Contractor, to procure any such insurance coverage and to
deduct the cost thereof from any amounts due and payable to
Contractor or, if there are no such amounts due and payable,
Contractor shall reimburse Company for such costs on demand.
ARTICLE XXI
TERMINATION; DEFAULT; REMEDIES
Appendix A- 39
21.2 Contractor Default
(a) the Services Completion Date has not occurred within [________]
(___) days after the Target Completion Date;
(b) Contractor abandons the Services and such abandonment is not cured
within seven (7) Business Days after notice thereof;
(f) Contractor fails to perform any other material obligation under the
Agreement and such failure continues for thirty (30) days after notice
thereof by Company, or if such failure cannot be cured in such thirty
(30) day period with the exercise of all commercially reasonably
efforts, such longer period as shall be reasonably necessary to cure
such failure, not to exceed ninety (90) days, so long as Contractor
diligently continues without interruption all commercially reasonably
efforts to cure such failure;
Appendix A- 40
termination of the Agreement; provided, however, if the Agreement
explicitly specifies that a remedy is exclusive, Company shall be
limited to the exercise of that remedy. Without limiting other remedies
to which Company may be entitled hereunder, Company may, whether
or not the Agreement is terminated, retain a Replacement Contractor to
perform the Services by whatever method that Company and such
Replacement Contractor may deem expedient. Company may make
such expenditures as in Company’s sole judgment will best accomplish
the timely completion of the Services; provided, however, Company
shall not be required or expected to terminate, repudiate or renegotiate
any Subcontracts.
Appendix A- 41
readjustment of debts, or Company is unable to pay its debts when due
or as they mature.
(a) the portion of the Contract Price relating to all Services performed
(including all Contractor Items purchased and not cancelable by
Contractor or its Subcontractors for the Services and including the
appropriate portion of amounts for partially completed items in the
Payment Schedule) prior to receipt of Contractor’s notice of
termination;
Appendix A- 42
(vi) if requested by Company, provide Company and/or any
Replacement Contractor(s) with the right to continue to use any
and all intellectual property reasonably necessary for the
completion of the Services which Contractor has the right to
use (subject only to the same restrictions and costs as may
apply to Contractor);
(viii) remove from the Project Sites all rubbish and other materials as
Company may request; and
ARTICLE XXII
GENERAL PROVISIONS
22.1 Assignment
Except as otherwise set forth herein, the rights and obligations under the
Agreement may not be assigned or transferred in whole or in part by either
Party, nor may a Party delegate any of its obligations, duties or liabilities
hereunder, without the prior written consent of the other Party; provided,
however, Company may assign or transfer its rights and obligations hereunder
to its Affiliate without the written consent of Contractor; provided, further, in
no event shall the assignment or transfer of the Agreement relieve in any way
either Party of its obligations hereunder. Any attempted assignment,
delegation, or transfer in violation of this Appendix A, Section 22.1 shall be
void.
(a) Each Party hereby represents, warrants and covenants that neither it
nor any of its Affiliates, officers, directors, employees or agents has
Appendix A- 43
made or will make, with respect to the Services, any payments, loans,
gifts, or promises or offers of payments, loans, gifts or anything of
value, directly or indirectly to or for the use or benefit in whole or in
part of, any foreign official or employee of any Governmental
Authority or state-owned oil company or other state-owned enterprise,
or to or for the use of any political party or official thereof, or
candidate for political office, or to any other Person if any such Person
knows, should have known or has or had reason to suspect, that any
part of such payment, loan, gift or promise or offer:
(ii) would violate any Applicable Law, including the [U.S. Foreign
Corrupt Practices Act], the OECD Convention on Combating
Bribery of Foreign Public Officials in International Business
Transactions, and the laws of the Target Jurisdiction.
(b) Each Party shall advise all of its and its Affiliates’ employees and
representatives engaged in implementing the Agreement regarding the
practices referred to in Appendix A, Section 22.3(a) and Applicable
Law. Contractor shall cause each Subcontractor to comply with these
practices and Applicable Law. Each Party shall take appropriate steps
to ensure that it and its Affiliates and their respective representatives
comply with these practices and Applicable Law. Each Party shall
respond promptly, and in reasonable detail, to any notice from the
other Party or the other Party’s auditors pertaining to the above stated
warranty and representation, and shall furnish documentary support for
such response upon request from such other Party.
(c) Contractor shall make and keep books, records and accounts which, in
reasonable detail, accurately and fairly reflect the transactions
contemplated in connection with the Services and any dispositions of
its assets, and shall devise and maintain a system of internal accounting
controls sufficient to comply with Applicable Law.
(d) In the event that one Party has breached or violated Appendix A
Article 22.3 of this Agreement, the other Party may terminate this
Agreement. The breaching Party shall indemnify the other Party all
damages and losses arising out of any failure by the breaching Party
Group to comply with its obligations in this Appendix A Article 22.3.
Such indemnity obligation is not subject to any limit of maximum
Appendix A- 44
aggregate liability and shall survive termination or expiration of this
Agreement.
22.4 Notices
Any cost incurred or savings realized in a currency other than Dollars shall be
converted into Dollars at the open market exchange rate applicable on the date
such costs were incurred by Contractor or would have been incurred had the
savings not been realized.
22.7 Severability
Appendix A- 45
22.8 Nature of Obligations
(a) The Parties agree to make a good faith effort to resolve any Legal
Dispute that may arise first by negotiations between representatives of
each Party who have authority to settle the controversy. When a Party
believes there is a Legal Dispute, the Party will give the other Party
written notice of the Legal Dispute. The authorized representatives of
the Parties shall meet at a mutually acceptable time and place within
thirty (30) days after the date of the notice to exchange relevant
information and to attempt to resolve the Legal Dispute. The
authorized representatives of the Parties shall be entitled to
representation by legal counsel at the negotiations. All negotiations
shall be confidential and shall be treated as compromise and settlement
negotiations.
(b) Notwithstanding the above, if either Party deems that time is of the
essence in resolving the Legal Dispute, it may initiate arbitration and
seek an expedited formation of the tribunal, seek interim measures, if
appropriate, and then comply with the requirements for negotiations as
long as they are fully completed before the commencement of the final
hearing on the merits in the arbitration proceeding.
(c) If the Legal Dispute has not been resolved within sixty (60) days after
the date of the notice of the Legal Dispute, or if the Party receiving
such notice fails or refuses to meet within such time period, either
Party may initiate arbitration proceedings. The arbitration shall be
conducted in accordance with [the London Court of International
Arbitration Rules as in effect on the date of commencement of the
arbitration proceeding (the “LCIA Rules”)]. The arbitration shall be
conducted and finally settled by three arbitrators. All Legal Disputes
shall be settled through final and binding arbitration, it being the
intention of the Parties that this is a broad form arbitration agreement
designed to encompass all possible Legal Disputes between the Parties
relating to the transactions that are the subject of the Agreement.
Appendix A- 46
(d) The arbitration process referred to in Appendix A, Section 22.10(c)
shall take place in [London], shall be administered by [the London
Court of International Arbitration] and shall be conducted in the
English language, with appropriate arrangements made for the
translation of any oral testimony.
(e) The Party in whose favor the Legal Dispute is resolved may request the
enforcement of the arbitration award before any court of competent
jurisdiction if the other Party does not comply with what is resolved.
(f) Each Party agrees that service of process in any action, suit or
proceeding referred to in this Appendix A, Section 22.10 shall be
deemed in every respect effective service of process upon it if sent to it
at the address for notice purposes pursuant to the provisions of the
Agreement. The arbitrators shall apply principles of legal privileges,
such as those involving the confidentiality of communications between
a lawyer and a client. The arbitrators shall render any monetary award
in Dollars, with interest calculated at the Interest Rate thereon and are
authorized to award costs and attorneys’ fees or allocate them between
the Parties. The Parties waive any defense based on sovereignty,
including immunity to arbitration, immunity to judicial proceedings to
enforce or to aid any such arbitration, and immunity to enforcement
and execution of the award or any judgment entered thereon.
(g) Each of the Parties, together with their Affiliates, as relevant, shall
appoint one arbitrator, within thirty (30) days of receipt of notice of the
commencement of the arbitration, and the two arbitrators so appointed
shall select the presiding arbitrator within thirty (30) days of their
nomination. If either Party does not appoint an arbitrator as specified
in the immediately preceding sentence or if the Party-appointed
arbitrators fail to agree on the presiding arbitrator within thirty (30)
days of their nomination, then [the London Court of International
Arbitration] shall appoint such arbitrator.
Appendix A- 47
22.11 Waiver of Immunity
(a) Each Party hereby irrevocably consents to and waives any objection
which it may now or hereafter have to the laying of venue of any
proceeding relating to enforcement of the arbitration provisions, or any
award thereunder brought in the courts specified, and further
irrevocably waives, to the full extent it may effectively do so, the
defense of an inconvenient forum to the maintenance of any such
proceeding in such courts.
(b) To the extent that a Party or any of its revenues, assets or properties
shall be entitled, with respect to any proceeding relating to
enforcement of the arbitration provisions, or any award thereunder at
any time brought against such Party or any of its revenues, assets or
properties, to any sovereign or other immunity from suit, from
jurisdiction, from attachment prior to judgment, from attachment in aid
of execution of judgment, from execution of a judgment or from any
other legal or judicial process or remedy, and to the extent that in any
jurisdiction there shall be attributed such an immunity, such Party
irrevocably agrees not to claim and irrevocably waives such immunity
to the full extent permitted by the laws of such jurisdiction (including,
without limitation, the Foreign Sovereign Immunities Act 1976 of the
United States).
22.12 Counterparts
The Agreement shall be binding upon and inure solely to the benefit of each
Party and their successors, assigns and transferees, and, notwithstanding the
Contracts (Rights of Third Parties) Act 1999, nothing in the Agreement,
express or implied, is intended to confer upon any other person (other than the
Indemnified Parties as provided in the Agreement) any rights or remedies of
any nature whatsoever under or by reason of the Agreement.
22.14 Survival
Appendix A- 48
APPENDIX B
SCOPE OF SERVICES
Appendix B- 1
APPENDIX C
TARGET SCHEDULE
Appendix C- 1
APPENDIX D
CONTRACT PRICE AND PAYMENT SCHEDULE
Part A
Contract Price
Appendix D- 1
Part B
Payment Schedule
Contractor shall submit to Company monthly invoices for the Services performed by
Contractor and satisfactorily accepted by Company based on the monthly Operation
Reports issued.
All payments under this Agreement shall be subject to tax deductions as per tax laws
applicable in the Republic of Iraq.
Company shall withhold 10% of each invoice as Retention and shall pay the
remaining amount of the Retention upon Contractor submit all necessary completion
report satisfactorily accepted by Company.
Company shall pay the Contract Price on a monthly basis after the Services have
been completed and the Contractor provide Social Security Clearance Letter from the
Social Security Department of the Republic of Iraq local employees. The Company
reserves the rights to withhold any payment under this Agreement if the social
security clearance letter has not been provided by the Contractor.
Appendix D- 2
Part C
In order to facilitate the procession of shipping documents for customs clearance and duty
exemption, Contractor are advised to making shipping documents following below
mentioned.
Attachment 1: Shipping Documents for Customs Clearance and Levy Exemption Work.
Attachment 2: Third Party Inspection Companies.
Attachment 3: Consignee & Notify Party & Shipping Marks.
Appendix D- 3
Attachment 1: Shipping Documents for Customs Clearance and Levy Exemption Work
Bill of
3 3 N/A
Lading
1 Waybill
Air
Waybill
3 0 N/A
2 Certificate of Insurance 1 2 N/A
4 English Version + 4 Arabic Version, Harmonized System Code
3 Packing List 4 0
(H.S Code)
Four (4) English Version Stamped + Four(4) Arabic Version
St
At Leastd One (1) English Version must be legalized by local Iraq
Embassy in either the exporting or the original country. But the
country should be the same as mentioned in CoO.
4 Commercial Invoice 4 0 Intercoms ® 2010 and term of trade should be clearly showed on
the invoice
Required to show: TSC/MISSAN/2010, CNOOC IRAQ LTD
Contract No: XXX, Harmonized System Code (H.S Code) for all
Materials & Equipment
Import Type : PERMANENT IMPORT
Version: English
Option 1:
If there is a clear requirement of origin country for cargo in the
technical parts of ITT or Contract template, One (1) original must
be legalized by local Iraq embassy in the country of origin.
Option 2:
If there is no requirement of origin country for cargo in the
technical parts of ITT or Contract template,One (1) original
5 Certificate of Origin 1 2 must be legalized by local Iraq embassy in the exporting(or
original) country.
The certificate of origin should include all necessary information
about goods (Type, producing company, production place,
exporting company, beneficiary party & the shipping company)
Appendix D- 4
SPECIAL REQUIREMENT FOR NOTIFICATION
TSC/MISSAN/2010
CNOOC IRAQ LIMITED CONTRACT NO.:
Invoice No.:
Port of Destination: Umm Qasr port (Sea Shipment) or Basra Airport(Air shipment)
Shipping Marks
Destination: Buzurgan Terminal, Iraq.
Name of goods:
Lot No.:
Manufacturer Name:
Appendix D- 5
APPENDIX E
FORM OF PERFORMANCE SECURITY
PERFORMANCE BOND
WHEREAS,
B. Company has required the Contractor to furnish a bond in the form and tenor of this
instrument, conditioned upon the faithful employment, for the purpose of the
Agreement, of said monies.
C. This Bond is given to guarantee the performance of Contractor under the Agreement
and to hold Company harmless against any and all losses, which may result from the
failure of the Contractor to faithfully perform the Agreement and pay in accordance
with the terms and conditions of the Agreement any amount owing thereunder up to
the Maximum Draw Amount (as defined below).
1. The Guarantor shall pay to Company on first written demand, in the manner described
in 2 below, without proof or condition and without requiring any statement of breach,
up to and not exceeding the sum of $_____________ (the “Maximum Draw
Amount”), notwithstanding any contest or protest by the Contractor or by the
Guarantor or any other third party. Upon receipt by Guarantor of a written notice
signed by authorized representatives of Company and Contractor, respectively, that
Services Completion has occurred, the Maximum Draw Amount under this Bond shall
be reduced to $_____________.
2. Company may call upon this Bond for the whole or part of the Maximum Draw
Amount and may make any number of calls up to the Maximum Draw Amount. We
undertake to pay you the claimed amount, within seven (7) banking business days
upon receipt of your written demand stating the effect and aspect of the failure of
performance by the applicant. The transfer of the claimed amount shall be effected
free of any charges and deductions in favor of the account indicated by Company.
Appendix E- 1
3. The Guarantor shall not be discharged or released from its obligations under this
Bond by any arrangement between the Contractor and Company or by any alteration
in the obligations of the Contractor or by any forbearance whether as to payment,
time, performance or otherwise, or any change in the name or constitution of
Company.
4. This Bond shall remain in force and effect until the earlier of (a) 24 (Twenty Four)
months from the date hereof (the “Expiry Date”), and (b) receipt by Guarantor of a
notice signed by an authorized representative of Contractor and Company stating that
the Warranty Period has ended.
5. If Guarantor has not received the notice referred to in Section 4(b) and if Contractor
has not extended the Expiry Date at least thirty (30) days prior to the Expiry Date,
then Company shall be entitled to draw the undrawn balance of this Bond by delivery
of a draw certificate referencing this paragraph 5.
6. The laws of England and Wales shall govern the interpretation, construction,
enforceability, legality and validity of this Bond, and all disputes arising hereunder or
in any manner related hereto. This Bond shall be subject to the Uniform Rules for
Demand Guarantees, published as number 758 by the International Chamber of
Commerce, except as stated above. The Guarantor hereby submits to the exclusive
jurisdiction of the courts of England with respect to any action, suit or proceeding
arising under, or in connection with, this Bond.
Signed by the
Guarantor :……………………………………….
Name :………………………………………
Designation :……………………………………….
Guarantor’s Seal :……………………………………….
Witnessed By:
Name :……………………………………….
Designation :……………………………………….
Company’s Seal :………………………………………
Appendix E- 2
Exhibit A to Form of Performance Bond
[COMPANY]
DRAW CERTIFICATE
_________________________________
_________________________________
_________________________________
[COMPANY]
By:_____________________________
Name:__________________________
Title:___________________________
Appendix E- 3
Form of Parent Guaranty
_______, 201__
[Company Name]
Gentlemen:
1. This Guaranty (the “Guaranty”) is being given for good and valuable
consideration, the receipt and sufficiency of which are hereby acknowledged, and in
connection with the Agreement. The undersigned (“Guarantor”) hereby acknowledges that
Contractor is an affiliate of Guarantor and that Guarantor reasonably expects to receive a
benefit from the Agreement and from the issuance of this Guaranty. All capitalized terms
used herein and not defined herein shall have the meaning set forth in the Agreement.
(a) It is a [corporation], duly formed, validly existing, and in good standing under
the laws of _______________, and has full power and authority to own its property and to
carry on its business as now conducted.
Appendix E- 4
(b) It has full power and authority to execute this Guaranty and to carry out its
obligations hereunder, and this Guaranty has been duly authorized by all requisite corporate
action on its part. This Guaranty constitutes a valid and legally binding obligation of
Guarantor, enforceable against it in accordance with its terms.
(c) Guarantor’s execution and performance of this Guaranty and the transactions
contemplated hereby do not constitute a breach of any term or provision of, or a default
under, (i) any contract or agreement to which it or any of its affiliates is a party or by which it
or any of its affiliates or its or their property is bound, (ii) its organizational documents, or
(iii) any Applicable Law, which breach would have a material adverse effect on its ability to
perform its obligations hereunder.
5. As soon as available and in any event within 130 Business Days after the end
of each fiscal year of the Guarantor, the Guarantor shall furnish a consolidated balance sheet
of the Guarantor and its consolidated subsidiaries as of the end of such fiscal year and a
related consolidated statements of income for such fiscal year, which financial statements
shall have been audited and reported on in an acceptable manner by an accounting firm of
recognized international standing. In addition, as soon as available and in any event within
60 Business Days after the end of each of the first three quarters of each fiscal year of the
Guarantor, the Guarantor shall furnish the amount of sales of Guarantor and its subsidiaries
for such quarter and the assets and liabilities of Guarantor existing as of the end of such
quarter (set forth in reasonable detail), which financial statements or information shall have
been certified by an officer of the Guarantor as having been accurately prepared in
accordance with all applicable accounting standards.
7. Guarantor shall not make or claim any set-off or counterclaim against amounts
payable hereunder on account of any liability or obligation of Company to Guarantor or any
affiliate of Guarantor other than any liability or obligation Company may have to Contractor
under the Agreement. If Company is required to refund to Contractor (as a result of
Contractor’s bankruptcy or insolvency) any amount previously paid by Contractor in
connection with a Guaranteed Obligation, the obligation of Guarantor under the Agreement
with respect to such amount shall be deemed to be reinstated and shall constitute a
Guaranteed Obligation. Guarantor waives notice of acceptance of this instrument by
Company.
Appendix E- 5
8. This Guaranty may be enforced as to one or more breaches either separately or
cumulatively. This Guaranty constitutes the entire agreement between Company and
Guarantor concerning the subject matter hereof.
9. Without prejudice to the conditions of the Company exercising any right, remedy
or power hereunder (including the giving of timely notice), no failure on the part of the
Company to exercise, and no delay in exercising, any right, remedy or power hereunder shall
operate as a waiver thereof, nor shall any single or particular exercise by the Company of any
right, remedy or power hereunder preclude any other or future exercise of any other right,
remedy or power.
10. If Company commences any legal proceeding against Guarantor to collect any
amount due under this Guaranty or enforce the performance of any obligation due under this
Guaranty, and such legal proceeding results in a monetary judgment or an order requiring
specific performance, then Guarantor shall pay to Company the reasonable costs and
expenses (including reasonable attorneys’ fees and court costs) incurred by Company in
obtaining and enforcing such judgment or order.
11. The laws of England and Wales shall govern the interpretation, construction,
enforceability, legality and validity of this Bond, and all disputes arising hereunder or in any
manner related hereto. This Guaranty shall be subject to the Uniform Rules for Demand
Guarantees, published as number 758 by the International Chamber of Commerce, except as
stated above. The Guarantor hereby submits to the exclusive jurisdiction of the courts of
England with respect to any action, suit or proceeding arising under, or in connection with,
this Guaranty.
12. The Guarantor shall be subrogated to all rights of Contractor against Company
in respect of any obligations performed or amounts paid by the Guarantor pursuant to the
provisions of this Guaranty.
To Company:
Attn:
Fax:
To Guarantor:
Attn:
Fax:
Appendix E- 6
14. This Guaranty and the rights and benefits of Company hereunder may be
assigned to any affiliate of Company without the consent of Contractor or Guarantor.
[CONTRACTOR]
By:
Name:
Title: _______________________________
Appendix E- 7
APPENDIX F
CONTRACTOR PERMITS
Appendix F- 1
APPENDIX G
FORM OF SERVICES COMPLETION CERTIFICATE
All capitalized terms not otherwise defined in this certificate shall have the meanings set forth
in the WORKOVER AND STIMULATION OPERATIONS SERVICES Agreement by and
between [________________] and [________________] dated as of ______, 201_ (the
“Agreement”).
Contractor hereby certifies that all conditions and requirements for Services Completion were
achieved and satisfied on [DATE], in accordance with the terms and conditions of the
Agreement. Without limiting the generality of the foregoing certification, Contractor
additionally certifies that:
(a) all Services have been fully and completely performed in accordance with the
Agreement, including Demobilization;
(c) Contractor has provided Company all documentation required by the scope of
Services;
[CONTRACTOR]
By:
Name:
Title:
Date:
Appendix G- 1
APPENDIX H
ITEMS
CONTRACTOR ITEMS
Appendix H- 1
COMPANY ITEMS
Appendix H- 2
APPENDIX I
COMPANY PERMITS
Appendix I - 1
APPENDIX J
CONTRACTOR REQUIRED INSURANCE
Contractor shall carry and maintain the insurance coverage in full force for the duration of the
Agreement, and the following insurance shall be arranged by Contractor:
2. Cargo Transportation Insurance with insured limit of no less than cargo full value.
4. Motor Vehicles Liability Insurance for owned, non-owned, or hired automobiles covering
the use of such vehicles in accordance with Iraqi applicable law.
5. “All Risks” Property Damage Insurance to cover the full replacement value of
CONTRACTOR's and/or its SUB-CONTRACTOR‘s or SUB-CONTRACTORs’ equipment,
used, owned, leased, chartered or hired by CONTRACTOR and/or its SUB-
CONTRACTOR(s) including, but not limited to losses occurring at the WORKSITE(s)
and/or in transit to or from WORKSITE(s) and/or between WORKSITEs.
6. Any other insurance which may be relevant and/or which may be required by any
Applicable Laws to which Contractor and/or Subcontractors are subject.
Appendix J - 1
APPENDIX K
CONTRACTOR ORGANIZATION CHART
Appendix K - 1
APPENDIX L
FORM OF LIEN RELEASE
[CONTRACTOR’S LETTERHEAD]
[DATE]
Upon payment of the invoice dated [______] and the payment of all other amounts due and
owing to the undersigned (“Contractor”), Contractor hereby releases any and all claims of
Contractor against ______________________ (“Company”) (and its Affiliates,
shareholders, agents, representatives and employees) arising under or in any way connected
with payments due and owing with respect to the Items delivered or installed, or the Services
performed (except that this release shall not, unless the Contractor and Company agree in
writing otherwise, release Company from any claims for indemnification existing as of the
date hereof or hereafter arising under Appendix A, Section 18.1(b) of the Agreement)
through the Services Completion Date.
All capitalized terms used herein but not defined shall have the meaning set forth in the
WORKOVER AND STIMULATION OPERATIONS SERVICES AGREEMENT executed
by and between Contractor and Company on _____________, 201__.
[CONTRACTOR]
By:_________________________________
Name:______________________________
Title:_______________________________
Appendix L - 1
APPENDIX M
EXTRA SERVICE RATES
PART A
Labor Rates
Appendix M - 1
APPENDIX M
EXTRA SERVICE RATES
PART B
Contractor Items Rates
Appendix M - 2
APPENDIX N
1. General Requirements
a) Contractor shall comply in all respects with Company health, safety, security and
environmental ("HSSE") requirements, all Applicable Laws, Good Industry Practices
and other applicable codes and standards.
b) Contractor shall provide its HSSE management system to Company. And Contractor
shall fully implemented HSSE management system which is accepted by Company.
c) Contractor shall independently obtain all permits, certificates and licenses required
for the Services at its sole cost, risk and expense.
d) Contractor shall provide Company with the name of the Contractor's representative
who shall have responsibility for HSSE affairs, and the enforcement of the applicable
codes and standards at each work site.
2. HSSE Details
2.1 Health/Hygiene/Medical
a) Contractor shall be fully and solely responsible for the health, industrial hygiene and
medical treatment of its personnel and shall provide appropriate numbers of medical
professionals on each well site.
b) Contractor shall ensure that all its personnel and Subcontractors' personnel are
medically fit to perform their work.
c) Contractor shall train and ensure that its personnel and Subcontractors' personnel
shall fully understand all occupational health hazards involved in their work and shall
monitor all personnel to ensure that such health hazards are dealt with and minimized
to the satisfaction of Company.
2.2 Safety
a) Contractor and Company shall agree that safety is of paramount importance in the
performance of the Work and that Contractor is fully and solely responsible for the
safety of the Work, Services, its personnel and property and ensuring that all
operations are performed in a safe manner.
b) Contractor shall fully implement its safety operation procedures, regulations and all
Appendix N- 1
applicable Company safety requirements.
c) Contractor shall ensure that all personnel and Subcontractor's personnel have been
given all necessary instructions and HSSE training according to HSSE laws,
regulations and Company HSSE requirements, and shall provide qualification
certificate(s) and records if required by Company.
d) Contractor shall ensure that its personnel and the personnel of its Subcontractors do
not use, possess, distribute, or sell alcohol, illegal drugs and any other controlled
substances while on Company premises or while engaged in performing the Services
for Company.
e) Contractor shall supply its personnel and Subcontractors' personnel with adequate
protective clothing and equipment as required in connection with the safe
performance of the Work. Such clothing and equipment shall be maintained in good
condition and shall be used on all relevant occasions at all times.
f) Contractor shall report to Company all hazards and HSSE violations which occur
during performance of the Work and all corrective measures taken, regardless of
whether such hazards or violations are discovered by Contractor itself or by Company.
2.3 Security
a) Contractor shall be solely responsible for the security of its personnel and property
including those of its Subcontractors. Contractor shall be solely responsible for all
security related matters relating to its own personnel and property, such as obtaining
required permissions and licenses.
b) Contractor shall be solely responsible for providing and implementing a security plan
to ensure the security of all personnel and locations where the Work is performed or
where Technical Data, materials (including harmful materials), equipment and other
items relating to the Work are maintained.
d) Contractor shall fully comply with Company’s requirements on camp safety, travel,
work in border areas, precautions relating to mines & UXO and any other regulations
and procedures.
e) Contractor shall provide Company with the Contractor’s personnel information, such
as name, sex, age, position and nationality and the name of Contractor's
representative who shall have responsibility for security.
2.4 Environment
Appendix N- 2
b) Contractor and sub-Contractor shall promptly notify Company and respond to all
environmental incidents related to the Services.
c) Gas, waste water discharge and solid wastes disposal shall comply with Company
HSSE requirements. Industrial noise and dust shall be properly reduced either by
technical or by protective methods.
d) Contractor and sub-Contractor r shall take full responsibility for and shall indemnify
Company in respect of all claims, damage, costs and penalties relating to any
environmental damage or loss or non-compliance with any Applicable Laws or
regulations arising from the Work or Services and shall be solely responsible for any
related cost, risk and expense.
e) Contractor shall submit Waste Management Plan to Company for approval before starting
the Drilling operation for each well.
a) Contractor shall be fully and solely responsible for all accidents, injuries, near-misses
and property loss arising from the Services.
b) Contractor shall establish an emergency plan for the Work, and shall actively perform
and participate in emergency drills.
c) In the event of any emergency endangering life or property, Contractor shall take
such action as may be necessary to prevent, avoid or mitigate injury, damage or loss
and shall promptly notify Company of any emergency and the actions taken by
Contractor. If Contractor fails to take such actions, Company, before notifying
Contractor, may (but is not obligated to) take reasonable precautions to prevent,
avoid, or mitigate injury, damage or loss, but such actions by Company or
Company’s failure to do so shall not limit or affect Contractor’s obligations under
this Agreement. Contractor shall reimburse Company for the costs incurred by
Company in taking such activities.
e) Contractor shall at its sole cost and expense investigates and implements corrective
measures following any accident, injury or near-miss relating to the Services.
3. Miscellaneous
Appendix N- 3
Services.
d) Upon completion of the Work, Company's representative and Contractor shall inspect
the final/completed Work site to determine that all hazards, contaminated areas and
wastes related to the Work site have been cleaned or removed in accordance with
Company HSSE requirements.
e) Contractor shall provide Company with all related HSSE reports and documents as
reasonably requested by Company and archive full and detailed HSSE reports and
documents related to the Services for audit or reference.
f) Company may refuse any Contractor personnel access to Company’s camps and
worksites if such personnel do not comply with Company standards for safe and good
workmanship due to attitude, lack of skill or insufficient training or experience.
g) Company's representatives and nominees shall have the right to access at any time
any Contractor facility, equipment, personnel or records to inspect or audit any aspect
of the Contractor's operations relevant to safety and security.
h) Company may require Contractor to stop work under this Agreement or remove
Contractor personnel from Company’s premises at any time where it identifies an
imminent hazard to people, property or the environment in the work procedures or
work environment, or where Contractor is in violation of any Applicable Laws,
regulations, Company HSSE policies or procedures or any applicable HSSE
standards.
Prior to any well sites operations commencing the required security measures provided by
the well site Contractor, should be in place, tested and operational. Over and above the
well site preparation requirements, these measures include, but not limited to:
a. Lights
i. Sufficient perimeter lights need to be installed to support both the visibility of the
guard force (outward lighting) as well as provide sufficient light for the CCTV
system to be effective. Each lamp must be at least 400 watts (Halogen type).
ii. Sufficient lights must be erected to provide overlapping coverage of the rig
surroundings and approach routes.
iii. The office and living areas should have sufficient light to enable the guard force
to observe when conducting inner patrols.
Appendix N- 4
iv. The main entrance should have sufficient light for the guard force to do visual
search of vehicles and personnel.
c. Access Point or Vehicle Checkpoint. The vehicle checkpoint will allow access to one
vehicle at a time and consist of the following:
iv. A Jersey barrier chicane to slow vehicles approaching the main entrance.
vi. A blast wall constructed of 4m high T-walls must be erected between the parking
area and the main entrance.
Figure 2 : 4m T-Wall
Appendix N- 5
d. Duck and Cover Bunkers
i. Duck and cover bunkers sufficient to accommodate all staff on site must be
deployed for immediate cover against direct and indirect enemy fire.
ii. Duck and cover bunkers must be placed so that it is easily accessible and must be
sufficient to accommodate all personnel.
iii. Bunkers dimension available on the local market will determine how many
people can be accommodated in each bunker.
iv. Open sides must be closed off with two 2m meter high T-walls. If the threat
justifies the openings on top must be covered to resist penetration of indirect fire.
Appendix N- 6
Figure 4 : 2m T-Wall
e. Muster Points. Muster points are to be established for accountability checks. These
points are to be easily accessible, clearly marked and communicated with personnel.
f. Watch Towers
i. Two properly constructed watch towers should be constructed per well site.
ii. Towers must provide cover against small arms fire as well as the elements and
have power, AC and water.
iii. Internal lighting should not expose the guard to enemy fire. A red bulb of low
watts must be used.
iv. The height of the tower should be sufficient to enable the guard to do 360 degree
surveillance of the surrounding area.
v. Guards in towers must have radios to be in contact with the rig site protection
force.
vi. Towers must provide adequate protection from small arms fire (SAF). This shall
be achieved by the erection of sand bags to a minimum of 1.8 meter from the
deck or by permanently affixing hardened steel, 550 Brinell or greater to the
exterior of the tower, to protect the security guard.
Appendix N- 7
Figure 5 : Clearing Barrel Design
i. An alarm system must be in place to alert well site personnel of the different
emergency situation.
ii. The alarm system should be sufficient to reach all locations on the well site
including during high winds and well site noise.
Appendix N- 8
iii. Alarm system should meet all the HSE requirements of Company.
i. Sun Shelters
i. Corrugated metal sheeting, timber and fittings in sufficient quantity to make sun
shelters must be constructed.
ii. Sun shelters should have a roof and be a minimum of 3m wide x 3m length. Side
walls must not obstruct the view of the guard when under the shelter.
j. Guard Force
ii. A minimum of 6 armed guards need to be deployed for the protection of the well
site. A guard commander will supervise all guard activities on the well site.
iii. Guards must be armed with a Kalashnikov (AK47) with 2 magazines filled with
30 rounds each.
v. Radios
2. Guards must have radio communications with the security provider operations
room.
4. A valid licence for the use of radios must be available from the GOI Minister
of Communications.
k. Emergency Exit
i. After deployment, the contractor will be responsible to fill up the ditch and break
the berm at the emergency exit, making the exit usable for emergency evacuation.
iii. Before demobilization after completion of operations at the well site, the
contractor will be responsible to resume the ditch and berm to the standard as
they were before deployment.
The condition of the ditch and berm, together with the keys of the main gate and the
emergency exit gate, will constitute part of the hand over inspection procedure.
Appendix N- 9
APPENDIX O
Company and Contractor agree that Contractor shall provide _____________ Agreement
described below, subject to the terms and conditions of the above-mentioned Agreement, and
otherwise in accordance with the particulars contained in this NOTIFICATION OF
MOBILZATION
Contract No.:
Country: Operating Area: Services Location:
Other terms:
Pursuant to the Agreement, any intention to modify the terms of the Agreement must be
explicitly stated, with specific reference to individual terms of the Agreement to be modified or
amended.
Company and Contractor have executed this Service, in duplicate, with effect as of the date
written above, as evidenced by the following signatures:
By:______________________ By:______________________
Title:_____________________ Title:________________________
Appendix O- 1
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 1 -/15
ITT No.: CMIT-PRT-10.30-170167
FOR
Dubai, U.A.E.
-1-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 2 -/15
ITT No.: CMIT-PRT-10.30-170167
2. All vendors should be aware of that qualification is part of the selection process; the
criteria applied during qualification should be consistent with the evaluation criteria
in the later bidding process.
3. *The key factors for the PQ is including the following, the failure to meet these
key factors will lead the prequalification process disqualified which will not
enter into the subsequent process for tender.
1) Scope of business,
2) Qualified and validated IADC certificate and ISO certificates.
3) List with the successful experience of similar projects in last 3 years.
4. Application for Vendor Registration and Qualification shall be made by completing
and submitting the questionnaire and required information. All questions listed here-
in-below must be answered and submitted by applicant vendor. If necessary,
additional sheets may be attached. Applicant vendor shall be obligated to provide
Registration and Qualification documents in accordance with international practice
as well. The applicant vendor may be disqualified provided the following:
5. Each sheet shall be duly signed by a person duly authorized to sign on behalf of the
applicant vendor.
-2-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 3 -/15
ITT No.: CMIT-PRT-10.30-170167
6. The qualification documents shall be prepared in the format of one hard copy and
one soft copy in a suitable storage device, and be sent/email to the following address
10 days before the Bid close date. Each mail size shall not exceed 7MB for
successfully delivery.
8. In case discrepancies are found in the information submitted, the application shall be
considered unsatisfactory and the applicant vendor not eligible until such
discrepancies has been satisfactorily explained or resolved. Company will not enter
into any correspondence with applicants except to seek clarification when Company
deems it is necessary.
9. Should applicant vendor has any difficulty completing the document, please email
to chafikbenlamri@cmitfod.com / mohamedosman@cmitfod.com
/AbubakrAliMohamed@cmitfod.com / badreddinelarafi@cmitfod.com. The
registration and qualification document containing sixteen (16) sections below is
required to complete by the vendor.)
-3-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 4 -/15
ITT No.: CMIT-PRT-10.30-170167
Catalog:
Section1. Corporate Details
Section2. Premises Location, Offices and Office Facilities
Section3. Qualifications
Section4. Capability and Capacity
Section5. Organization and Key Personnel
Section6. Proposed Equipment
Section7. Knowledge and Experience
Section8. Commercial Matters
Section9. Subcontracting
Section10. HSE Records
Section11. Agent
Section12. Logistic
Section13. Workload
Section14. Legal Proceedings
Section15. Financial Status
Section16. Other Relevant Information or Data
Section 17. Questionnaires
-4-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 5 -/15
ITT No.: CMIT-PRT-10.30-170167
company profile.)
1.5 If the vendor has no sufficient registered capital, please advise if you can provide
enough bank guarantee or parent company guarantee. (Yes or No).
Section3. Qualifications
(Please submit sufficient information to demonstrate the capability and capacity for
successfully undertaking the work.)
4.1 Management Introduction and operation plan of implementing project shall be specified
by tender, which shall be includes drilling rig, all the associated services, logistic, personnel,
HSE and others.
4.2 Equipment and facilities for implementation of the Contract shall be specified by tender,
which shall be includes drilling rig and all the associated services.
4.3 Technique for drilling service and all the associated technical services shall be specified
by tender.
4.4 The manpower resources of the tender, which shall include all personnel situations for
bidders, related personnel for drilling and all the associated services, they shall be specified
by bidders.
-5-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 6 -/15
ITT No.: CMIT-PRT-10.30-170167
5.1 Please attach a copy of your company organization and HSSE management
organization Chart
5.2 Please present the organization chart and provide the resume of the key personnel
proposed for the work.
7.1 Please state the related knowledge and experience for the service of your company,
especially for the work which has been carried out for the client in Iraq. the copy of
awarded contracts and/or POs of Vendors can be accepted as evidence of Vendor’s
experience;
Remarks:
A. Only the drilling and associated services are required to provide in “Type of Services”
-6-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 7 -/15
ITT No.: CMIT-PRT-10.30-170167
column, please do not mentioned other projects beside of them, please clear whether
drilling or associated services for each record.
B. Please clear whether lump-sum mode or turkey mode for each record.
C. Please clear whether horizontal well drilled or not for each records, if yes, please
introduce the horizontal drilling situation, which shall include well depth, horizontal
length, technologies for directional and horizontal drilling, and so on.
D. The evidence for drilling and associated services is required to provide for each record.
According to the relevant Iraqi law and In order to support the IRAQ government’s
policy in promoting the usage of local content, please provide us the detail of your plan
for assuming obligation on the manpower employment/development and/or the usage of
local material/services and/or other relevant issue, and how many percentage ( %) of
contract value that will be considered to award locally in this regard.
8.2 Statements are required to show how the following issues are properly handled.
- local Tax, Local employment
- Importation and exportation if there is any
- Visas for entry into and exit from the country
- Work permit for personnel to be assigned for the service
- All other relevant formalities and procedures etc.
Section 9. Subcontracting
All vendors are required to provide us details of activities and type of work sub-
contracted, identifying the major sub-contractors and their location.
Sub-contractor Name:
Work Type:
Work Description:
Contact Person:
Position:
Telephone:
-7-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 8 -/15
ITT No.: CMIT-PRT-10.30-170167
Answer Yes or
QUALIFICATION Evaluation Items
No
1. Leadership and Commitments
2. HSE Policy- policy documents and availability
3. Planning
Hazards and Effects Assessment
PPE
Drugs and Alcohol
Standards
HSE or Operation Manuals
4. Organization, Resources and Documentation
HSE communication and meeting programs
Staff HSE Training
Employee orientation and training program
Specialized training
5. Implementation and Operation
Equipment control and maintenance
Subcontractors
6. Inspection and Correction
Management and performance monitoring of work activities
Statutory notifiable incidents/dangerous occurrences and
improvement requirements and prohibition
HSE Performance records
Incident Investigation and reporting
Auditing
Note: The investigated company shall provide all the support documents together with
the above questionnaire form.
-8-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 9 -/15
ITT No.: CMIT-PRT-10.30-170167
Section11. Agent
Does your company have any Agent in Iraq? If yes, please describe the agreement with such
agent:
Company Name:
Registered Address:
Registered Date:
Company Registration No.:
Legal Representative:
Telephone:
Fax:
E-mail Address:
Contact Person:
Scope of Business:
Section12. Logistic
Please provide us your plan on how to manage and supply the materials and equipment if
operation commences in the area of Missan Oilfield and where to establish the logistic base
to support the operation?
Section13. Workload
Do you have any legal proceedings arising out of contractual matters over the past 5 years?
If yes, please give details.
-9-
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 10 -/15
ITT No.: CMIT-PRT-10.30-170167
Please submit the Audited and signed finance information in English for the last continually
three years as follows:
15.1 Cash flow
15.2 Profits (before and after taxation)
15.3 Assets (tangible and intangible)
15.4 Audited finance reports
15.5 Tax registration certificate
- 10 -
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 11 -/15
ITT No.: CMIT-PRT-10.30-170167
Applicant Vendor
No. [Insert Applicant Vendor Entity Name]
Item
Nature of Vendor
8 Choose: Manufacturer/Agent
(applicable for materials)
Manufacturer
9 [Insert Name]
(applicable for agent)
Manufacturer Authorization
10 Choose: Yes/No
(applicable for agent)
- 11 -
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 12 -/15
ITT No.: CMIT-PRT-10.30-170167
Attachment A:
For the purposes of this statement, a “Public Official” means (i) an elected or appointed
official, employee or agent of any governmental authority; (ii) an official of a political party;
or (iii) a candidate for public office; (iv) any other person so defined under the Anti-bribery
Law.
We shall indemnify CNOOC Iraq Limited and its affiliates against any damages, losses,
penalties, costs (including reasonable legal costs and attorneys’ fees) and liabilities arising
from or related to the events underlying our admission of allegations made by any
governmental authority or a final adjudication in connection with a violation of the above
anti-bribery laws.
_________________________________
Name and Signature of Legal Representative
_________________________________
Date
- 12 -
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 13 -/15
ITT No.: CMIT-PRT-10.30-170167
SECTION 17 Questionnaires
1. 贵司股东、监事、法人、董事、高管或者代理(联系人)的配偶,子女及其配偶,父母,兄弟姐妹
及其配偶、子女,配偶的父母、兄弟姐妹及其配偶是否在中海油系统工作?如有,请提供相关的详细
信息。
Is there any relatives(spouse, children and their spouses, parents, brothers/sisters and their spouse and
children, parent-in law, brothers/sisters in law and their spouses ) of your organization's Shareholders,
Supervisor,Legal Person, Directors, Senior Management or agent working in CNOOC? If any, please provide
2. 贵司股东、监事、法人、董事、高管或者代理(联系人) 是否在中海油系统工作过?如有,请提供
上述人员的相关信息,包括姓名、身份证号、在中海油的供职单位及职务、离开中海油日期、加入贵
司的日期及现任职务等详细情况。
Agent(s) ever work in CNOOC? If “Yes”, your organization is required to provide the staff's relevant
information including but not limited to full name, ID number,served units of CNOOC and their
position accordingly while in CNOOC, the date of leaving CNOOC, and the date of jointing your
3. 贵司股东、监事、法人、董事、高管或者代理(联系人)是否参股其他、或在其他公司任职、或是
其他公司代理?如果有,请提供姓名、身份证号、公司名称、职务及在其他公司参股、任职或代理情
况。
- 13 -
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 14 -/15
ITT No.: CMIT-PRT-10.30-170167
Management or agent as one of the shareholder, as a staff, or as an agent of any other organization?
4.贵司或者贵司股东、监事、法人、董事、高管或者代理(联系人)是否曾经涉及或者准备参与洗钱
行为?
Have your organization or any of your organization’s Shareholders, Supervisor ,Legal Person,
Directors, Senior Management or agent ever involved in, or intend to engage in, any money
laundering?
5.贵司或者贵司的股东、监事、法人、董事、高管或者代理(联系人)是否曾经或计划与恐怖分子或
恐怖组织进行经济合作或为其提供其他支持?
Has your organization or any of your organization’s Shareholders, Supervisor , Legal Person,
Directors, Senior Management or agent have or intend to have any business relationship with,
provide or intend to provide any assistance to, any terrorist or terrorism organization?
6. 贵司或者贵司的股东、监事、法人、董事、高管或者代理(联系人)是否曾经或计划与反政府组织
进行经济合作或为其提供其他支持?
Has your organization or any of your organization’s Shareholders, Supervisor , Legal Person,
- 14 -
CNOOC IRAQ LTD
June, 2017
VENDOR REGISTRATION AND QUALIFICATIONWORKOVER REVISION: 0
AND STIMULATION OPERATION SERVICE
PAGE :- 15 -/15
ITT No.: CMIT-PRT-10.30-170167
Directors, Senior Management or agent have or intend to have any business relationship with,
provide or intend to provide any assistance to, any anti-government personnel or organization?
我公司在认真阅读并理解以上问题的基础上完成了上述问题的相关信息填写。我公司承诺以上所提供
信息的真实性、准确性和完整性,承诺不存在虚假记载、误导性陈述或者重大遗漏,并承担由此引起
的法律责任。
We have carefully read and fully understood the Questionnaires here above, and have provided the
information as requested. Hereby, we warrant that the information provided herein is authentic,
accurate and complete, and warrant that the information does not contain any false record,
misleading statement or material omission, and will assume full arising out of the informational we
provided.
公司法人代表/授权人签字: 日期 date:
- 15 -
Acknowledge to sign Social Insurance Obligations Letter
With reference to the above ITT, we acknowledge and agree to sign the “Social Insurance Obligations” letter as
attached if we are awarded the contract for this project, and will fully comply with the requirements as stated in
such letter.
Regards,
Signature/ Date
Note:
This acknowledgement must be signed and returned to Company together with the quotation or bid proposals to
the above attention.
[Subcontractor’s name and address]
Date: [ ] 2014
Dear [ ]
In compliance with the applicable laws and regulations in Iraq (including the Pension and Social Security
Law for Workers (No. 39 of 1971, as amended)) (the “Social Insurance Laws”) and the relevant obligations
under [contract title] dated [ ] (the “Contract”), [name of subcontractor] (the “Contractor”) is
responsible for duly making social insurance and other contributions for all Iraqi employees/workers
employed by the Contractor, whether on a permanent or temporary basis or otherwise, in connection with the
Contract.
CNOOC Iraq Limited hereby requests the Contractor to sign and return a copy of this letter no later than [
] to confirm the following:
• The Contractor is fully aware of its social insurances obligations and other related obligations for
local employees/workers under the Social Insurance Laws and has complied, and will continue to
comply, with all such obligations, including the obligations set out in the Form of Undertaking Letter
attached in Appendix 1;
• The Contractor will execute an Undertaking Letter in the form attached in Appendix 1 and provide
the originally executed Undertaking Letter to CNOOC Iraq Limited no later than [ ] when
returning a signed copy of this letter; and
• The Contractor shall be solely responsible for performing all the obligations and undertakings in the
Undertaking Letter and for any liabilities arising out of a failure to perform, and shall indemnify and
hold CNOOC Iraq Limited harmless against any loss, damages, penalties, liabilities, claims,
proceedings, costs and/or expenses suffered or incurred by CNOOC Iraq Limited as a result of, or in
connection with, the Contractor’s failure to perform any of such obligations or undertakings.
Yours faithfully,
Name: ……………………………………………………
Position: …………………………………………………
Date: ……………………………………………………..
APPENDIX 1
Date: [ ]
Dear Sirs,
We acknowledge that we have been informed of the requirements of the relevant Iraqi laws and regulations
(including the Pension and Social Security Law for Workers (No. 39 of 1971, as amended)) regarding social
insurance and other relevant obligations in respect of any local employees/workers we employ, whether on a
permanent or temporary basis or otherwise, for purpose of carrying out contracted works in Iraq (the “Social
Insurance Obligations”).
• provide Missan Oil Company with all statements required in relation to the Social Insurance Obligations
(including payment receipts and confirmation letters from the Ministry of Labour and Social Affairs)
in the form, and within the period, prescribed in the relevant laws or regulations.
Your faithfully,
[name of subcontractor]