Procurement Tender for Drilling Rig Parts, Workover Rig Parts, and Chains for Zubair Project, Hafaya Project , Ahdeb Project and Rumaila Project in Iraq

Bidding Number: DQ260114-HA018RHZA-1, DQ260114-HA018RH-2, DQ260114-HA018H-3, DQ260114-HA018HZ-4

Procurement of equipment parts for drilling rigs and workover rigs

Location: Halfaya Project Site, Maysan Province, Iraq
Deadline: 2026-02-10
Project: HALFAYA PROJECT
Status: open

Details

Publication Date: February 4, 2026

I. Tenderer Information

Tenderer: Overseas Iraq Branch

 II. Project Overview and Bidding Packages

 1. Project Name: Tender for the Procurement of Drilling Rig Parts, Workover Rig Parts, and Chains for the Zubair, Halfaya, Rumaila, and Al-Ahdab Projects in Iraq

 2. Delivery Location: FCA Daqing Tianjin Warehouse

 3. Service Period: From the date of contract signing to December 30, 2026

 4. Bidding Packages: This project is divided into 4 bidding packages. Bidders may bid on and be awarded multiple packages (they may choose to bid on 1 or more packages; if bidding on 2 or more packages, separate bid documents must be prepared and submitted for each package). The specific divisions are as follows:

 Package 1 (Tender No.: DQ260114-HA018RHZA-1)

Procurement Content: Drilling Rig Accessories

 Package 2 (Tender No.: DQ260114-HA018RH-2)

Procurement Content: Workover Rig Accessories - Four Units

 Package 3 (Tender No.: DQ260114-HA018H-3)

Procurement Content: Workover Rig Accessories - Two Units

 Package 4 (Tender No.: DQ260114-HA018HZ-4)

Procurement Content: Chains

 III. Technical Requirements

Package 1 (Drilling Rig Accessories) Technical Requirements

 1. Bidders must provide drilling rig accessory products that conform to API Spec 7K, API Spec Q1, and other standards. 2. The supplied accessories must be consistent with the specifications and models in the tender plan. If the original manufacturer has discontinued the corresponding accessories, the installation dimensions and performance parameters of the replacement products must match the original accessories to avoid assembly incompatibility.

 3. Bidders must provide certificates of conformity for the accessories. The warranty period for the accessories must be at least 12 months from the date of arrival at the project site. If problems arise during the warranty period, the tenderer has the right to refuse payment for the defective materials.

 4. Bidders shall deliver all materials to the designated location within the promised timeframe.

 Package 2 (Well Repair Rig Accessories - Fourth Machinery Plant) Technical Requirements

 1. Bidders must provide well repair rig accessories of the corresponding models from the Fourth Machinery Plant listed in our procurement list.

 2. The tender document must include the qualification documents and implementation standards for the well repair rig accessories.

 3. Bidders must provide certificates of conformity for the accessories. The warranty period for the accessories must be at least 12 months. If problems arise during the warranty period, the tenderer has the right to refuse payment for the defective materials.

 4. Bidders shall deliver all materials to the designated location within the promised timeframe.

 Package 3 (Well Workover Rig Accessories - Second Machinery Plant) Technical Requirements

 1. Bidders must provide accessories that conform to industry standards (such as SY/T 5024 "Oil Drilling Rigs and Well Workover Rigs").

 2. Bids must include qualification documents and applicable standards for the well workover rig accessories.

 3. The gooseneck pipe to be tendered must be made of high-strength alloy steel (such as 20CrMnTi), requiring heat treatment, with a tensile strength 850MPa, and a bending strength that meets the static pressure test of 1.5 times the rated working pressure without deformation. It must be compatible with the Nanyang Second Machinery Plant XSL225 faucet, and the gooseneck angle must match the faucet's central axis (commonly 15°/30°). The sealing groove accuracy of the flange connection surface must be 0.02mm, and the welded joints must undergo UT/MT testing. Non-destructive testing is required; no cracks or pores are found. The entire system must undergo anti-corrosion treatment with a coating thickness 100μm, suitable for damp, sulfur-containing downhole conditions and applicable to salt-water slurries up to 1.75sg.

 4. The flushing hose uses wear-resistant alloy seamless steel pipe with an inner wall surface roughness Ra0.8μm and an outer diameter tolerance ±0.1mm, conforming to API Spec 7 standards and resistant to sulfur and salt water corrosion. The flushing packing material is made of oil-resistant, high-temperature-resistant, and high-pressure-resistant nitrile rubber (NBR) or fluororubber (FKM), with a Shore A hardness of 75-85 degrees, suitable for media temperatures from -20 to 120, and provides stable sealing performance under rated pressure without punctures or leaks; its service life must meet continuous operation requirements 500h.

 5. The main drum airbag is made of butyl rubber or neoprene rubber, with a high-strength nylon cord skeleton layer. Its pressure rating must match the drum clutch system pressure (commonly 0.6-1.0MPa). 6. Airbag airtightness test: Inflate to 1.2 times the rated pressure, hold pressure for 24 hours, pressure drop 5%; fatigue resistance must meet 100,000 inflation/deflation cycles without rupture; operating temperature range -30~80.

 7. Lubricating oil pump is CBW-F320-CLHL left-hand rotating, seals are oil-resistant and pressure-resistant, leak-free; equipped with anti-dry-run protection function, no damage after 30 minutes of no-load operation.

 8. Driller's brake valve assembly reversing response time 0.3s, pressure regulation accuracy ±0.02MPa, meeting the rapid emergency braking requirements. Valve body pressure resistance rating 1.5 times the working pressure, no leakage during pressure holding test; protection rating IP65, suitable for dusty and humid outdoor environments.

 9. The bidder shall deliver all materials to the designated location within the committed time.

 Package 4 (Chain) Technical Requirements

 1. The bidder shall provide materials conforming to API Spec7F "Oil Well Chains and Sprockets" and SY/T Products conforming to standards such as 5202-2004.

 2. The tender document shall include specifications and applicable standards for roller chains and roller conveyors.

 3. All products must be accompanied by original manufacturer's certificates of conformity, material certificates, and installation and maintenance manuals. Accessories must be recently manufactured and not from surplus inventory.

 4. The bidder shall deliver all materials to the designated location within the committed timeframe.

 IV. Bidder Qualification Requirements

 (I) Basic Qualification Requirements

 1. Independent legal entity status;

 2. Sound financial condition (audit report required);

 3. No major violations (letter of commitment required);

 4. Ability to receive and pay in US dollars (proof required).

 (II) Professional Qualification Requirements

 1. The bidder should be a manufacturer or authorized agent (manufacturers must provide production qualification certificates, authorized agents must provide manufacturer's authorization letter and their own sales qualification certificates);

 2. Relevant experience in accessory sales and service (performance proof required);

 3. This tender accepts bids from manufacturers or authorized agents.

 (III) Other Requirements

 1. Authorized agents must provide products from authorized manufacturers and must provide proof of purchase from authorized manufacturers, including but not limited to purchase contracts signed by both parties and authorized manufacturers' delivery lists.

 

V. Qualification Pre-screening

1. Registration Period: February 4, 2026 to February 10, 2026 (24:00 Iraq time);

 2. Registration Materials (prepare separately for each bid package; if bidding on multiple bid packages, materials must be prepared separately for each bid package):

 (I) General Materials (required for all bid packages)

 (1) Scanned copy of business license;

 (2) Proof of US dollar account;

 (3) Performance verification materials;

 (4) Letter of commitment regarding no major violations;

 (5) Audit report;

 (6) Bidder's qualification declaration (including whether there are any violations, format to be determined by the bidder).

 (II) Bid Package-Specific Materials

 (1) Manufacturer: Production qualification certificate;

 (2) Authorized Agent: Manufacturer's authorization letter and its own sales qualification certificate.

 3. Material Submission Method:

 (1) All scanned documents should be compressed according to the bid package and sent to the email address: procurement-platform@dqztme.com;

 (2) Email subject format: "[Tender Number] - Qualification Pre-screening Document + Company Name" (e.g., DQ260114-HA018RHZA-1-Qualification Pre-screening Document + XX Company);

 (3) If submitting multiple bid packages, each bid package must be sent separately (one email per bid package), and cannot be combined.

 VI. Rules and Procedures

 1. The tendering party will conduct qualification reviews of the application materials for each bid package separately, and the qualification review results for each bid package will be determined independently;

 2. If there are fewer than 3 qualified bidders for a certain bid package, the tendering party will request approval from its superiors before continuing the process; if there are 3 qualified bidders, the tendering party will issue the tender documents for the corresponding bid package to the qualified bidders via email;

 3. Bidding, bid opening, and bid evaluation will be conducted independently for each bid package, and the winning results for each bid package will be published independently.

 VII. Important Notes

 1. This tender is governed by Chinese law and Iraqi laws and regulations;

 2. The tendering party reserves the right to cancel or re-tender;

 3. Tender documents for each package must be prepared and sealed separately, clearly marked with the corresponding package number, and cannot be combined;

 4. If multiple packages are awarded, separate contracts must be signed for each package, with independent rights and obligations for each package.

 VIII. Contact Information

Contact Person: Li Yanqi

Contact Number: 13843857385

Tendering Party: Overseas Iraq Branch

Date of Publication: February 4, 2026

一、招标人信息

招标人:境外伊拉克分公司

二、项目概况及标包划分

1. 项目名称:伊拉克祖拜尔项目、哈法亚项目、鲁迈拉项目、艾哈代布项目钻井机配件、修井机配件链条采购招标

2. 交货地点:FCA大庆天津仓库

3. 服务期限:自合同签订之日起至20261230

4. 标包划分:本项目分为4个标包,投标人可兼投兼中(可选择投1个标包或多个标包,若投2个或2个以上标包需按标包分别编制、提交投标文件),具体划分如下:

标包1(招标编号:DQ260114-HA018RHZA-1

采购内容:钻机配件

标包2(招标编号:DQ260114-HA018RH-2

采购内容:修井机配件-四机

标包3(招标编号:DQ260114-HA018H-3

采购内容:修井机配件-二机

标包4(招标编号:DQ260114-HA018HZ-4

采购内容:链条

三、技术要求

标包1(钻机配件)技术要求

1.   投标方需提供符合API Spec7KAPI Spec Q1等标准的钻机配件产品。

2.   所提供配件需与招标计划中的规格型号一致,如果原厂家相应配件已停产,替代产品的安装尺寸和性能参数需与原厂配件匹配,避免无法装配使用。

3.   投标人须提供配件的合格证,配件到达项目部开始计算质保期至少满足12个月,物资在保质期出现问题,招标人有权利拒绝支付问题物资款。

4.   投标方应在承诺时间内将所有物资交付指定地点。

标包2(修井机配件-四机厂)技术要求

1.投标方需提供我方采购清单中相应型号的四机厂修井机配件产品。

2.投标书提供修井机配件的资质文件和执行标准。

3.投标人须提供配件的合格证,配件保质期至少满足12个月,物资在保质期出现问题,招标人有权利拒绝支付问题物资款。

4.投标方应在承诺时间内将所有物资交付指定地点。

标包3(修井机配件-二机厂)技术要求

1.投标方需提供符合行业标准(如SY/T 5024《石油钻机和修井机》标准的配件产品。

2.投标书提供修井机配件资质文件和执行标准。

3.所招标鹅颈管材质采用高强度合金钢管(如 20CrMnTi),需经调质热处理,抗拉强度≥850MPa,抗弯强度满足额定工作压力 1.5 倍的静压试验无变形,与南阳二机厂XSL225水龙龙头适配,鹅颈角度需与水龙头中心轴匹配(常见 15°/30°),法兰连接面密封槽精度≤0.02mm,焊接处需做 UT/MT 无损检测,无裂纹、气孔;整体需做防腐处理,涂层厚度≥100μm,适应井下潮湿、含硫工况并且能适用于最高1.75sg的盐水泥浆。

4.水龙头冲管采用耐磨合金无缝钢管,内壁表面粗糙度 Ra≤0.8μm,外径公差 ±0.1mm,符合 API Spec 7 标准能抗硫抗盐水腐蚀。冲管盘根材质选用耐油、耐高温、耐高压的丁腈橡胶(NBR)或氟橡胶(FKM),硬度邵氏 A 75-85 度,适应介质温度 - 20℃~120℃,在额定压力下密封性能稳定,无刺漏;使用寿命需满足连续作业≥500h

5.主滚筒气囊采用丁基橡胶或氯丁橡胶材质,骨架层为高强度尼龙帘线,耐压等级需匹配滚筒离合系统压力(常见 0.6-1.0MPa)。 气囊气密性试验:充压至额定压力的 1.2 倍,保压 24h 压降≤5%;耐疲劳性能需满足≥10 万次充放气循环无破裂,工作温度范围 - 30℃~80℃

6.润滑油泵为CBW-F320-CLHL左旋,密封件耐油耐压,无泄漏;具备抗干磨保护功能,空载运行≥30min 无损坏。

7.司钻刹车阀总成换向响应时间≤0.3s,压力调节精度 ±0.02MPa,满足紧急制动的快速性要求。 阀体耐压等级工作压力的 1.5 倍,保压试验无渗漏;防护等级≥IP65,适应野外多尘、潮湿环境。

8.投标方应在承诺时间内将所有物资交付指定地点。

标包4(链条)技术要求

1.投标方需提供符合API Spec7F《油井链条和链轮》、SY/T 5202-2004等标准的产品。

2.投标书提供滚筒链条及滚子链的说明文件和执行标准。

3.所有产品需提供原厂合格证、材质证明及安装维护说明书,配件出厂日期应为最近生产的非库存积压产品。

4.投标方应在承诺时间内将所有物资交付指定地点。

四、投标人资格要求

(一)基本资格条件

1. 具有独立法人资格;

2. 财务状况良好(需提供审计报告);

3. 无重大违法记录(需提供承诺函);

4. 具备美元收付能力(需提供证明材料)。

(二)专业资质要求

1. 投标人应为生产厂家或授权代理商(生产厂家需提供生产资质证书,授权代理商需提供生产厂家授权书及自身销售资质证书);

2. 具有相应配件销售服务经验(需提供业绩证明);

3. 本次招标接受生产厂家或授权代理商投标。

三)其他要求

1. 授权代理商必须提供授权生产厂家的产品,需提供从授权生产厂家采购的证明,包括但不限于双方签订的采购合同、授权生产厂家出库清单。

五、资质预审

1. 报名时间:20260204日至20260210日(伊拉克时间24:00);

2. 报名材料(按标包分别准备,若投多个标包需按标包分别整理材料):

(一)通用材料(所有标包均需提供)

1)营业执照扫描件;

2)美元账户证明文件;

3)业绩证明材料;

4)无重大违法记录承诺函;

5)审计报告;

6)投标人资格声明函(包含是否存在违法记录等,格式自拟)。

(二)标包专属材料

1)生产厂家:生产资质证书;

2)授权代理商:生产厂家授权书及自身销售资质证书。

3. 材料提交方式:

1)所有文件扫描件需按标包分类压缩,发送至邮箱:procurement-platform@dqztme.com

2)邮件主题格式:“[招标编号]-资质预审文件+公司名称”(例:DQ260114-HA018RHZA-1-资质预审文件+XX公司);

3)若投多个标包,需按标包分别发送邮件(每个标包1封邮件),不得合并发送。

六、规则流程

1. 招标人对各标包报名材料分别进行资格审核,各标包资格审核结果独立判定;

2. 若某标包合格投标人不足3家,招标人将报请上级审批后继续流程;若合格投标人≥3家,招标人将以邮件方式向合格投标人发布对应标包的招标文件;

3. 投标、开标、评标按标包独立进行,各标包中标结果独立公示。

七、重要说明

1. 本招标适用中国法律和伊拉克当地法律法规;

2. 招标人保留取消或重新招标的权利;

3. 各标包的投标文件需按标包单独编制、密封,标注对应标包编号,不得合并编制;

4. 若中标多个标包,需按标包分别签订合同,各标包权利义务独立。

八、联系方式

联系人:李岩起

联系电话:13843857385

招标人:境外伊拉克分公司

发布日期:20260204

Statistics

Views: 93
Favorites: 0
Applications: 0