- 1 -
SHORT RE-TENDER (ICB)
FOR
"CHARTER HIRE OF ONLAND DRILLING RIG" (BLOCK NO - CB-ONN-2009/7)
SINTEX OIL AND GAS LTD Kalol – 382721
District Gandhinagar
Gujarat, India
DECEMBER 2015
TENDER NO.: SOGL/DRILLING/BLK-7/2015-16/02
- 2 -
SINTEX OIL AND GAS LTD Kalol – 382721, District Gandhinagar, Gujarat, India
Forwarding Letter
To
Dear Sir,
Ref. : Your letter No.
Please find enclosed a complete set of Tender documents with respect of our Tender Notice for
"Charter Hire of On land Drilling Rig " for drilling up to 13 (fifteen) wells . Initially the contract will be
for 02 wells, however SOGL may reduce or increase number of well at the same rate, Terms &
conditions. Initially the contract will be for 04 wells, however SOGL may reduce or increase number of well ,if
any in its Oil & Gas field on the same rate, Terms & conditions in Districts Ahmedabad, Mehsana and
Gandhinagar within Gujarat State(India). Kindly note the following points in regard to this Tender.
Type of Bid : Two Bid System
Tender No. : SOGL/DRILLING/BLK-7/2015-16/02
EMD/Bid Bond (Bank Guarantee) : Rs. 10, 00,000/- (Rupees Ten Lakh)
Pre-Bid conference : 5th January 2016, 11:00 Hrs.
Due date & time of submission : 16th January 2016, 15:00 Hrs.
Bid Bond validity upto : 180 days from bid submission date.
Bid Validity upto : 240 days from bid submission date.
Performance Bond (Bank Guarantee) : @ 7.5 % of the Contract Value.
SOGL takes no responsibility for any delay, loss or non-receipt of Tender document by post , kindly note
that SOGL reserves the right to reject any or all the tenders and also to accept or prefer any bid for award
of contract(s) without assigning any reasons thereof.
Yours faithfully,
for Sintex Oil and Gas Ltd
Authorised Signatory
Document Sr. No. SOGL/DRILLING/BLK-7/2015-16/02
Signature of Issuing Officer :
Date of Issue : 23.12.2015
- 3 -
I N D E X
DESCRIPTION PAGE NO.
BACKGROUND INFORMATION 4
OUTLINE OF THE SCOPE OF WORK 5
PART – I INSTRUCTIONS TO BIDDERS 6
PART – II GENERAL TERMS AND CONDITIONS 16
PART – III BID EVALUATION CRITERIA 59
ANNEXURE – I PROFORMA OF BANK GUARANTEE FOR BID
BOND
66
ANNEXURE – II PROFORMA OF BANK GUARANTEE FOR
PERFORMANCE BOND
69
ANNEXURE – III EQUIPMENT AND SERVICES FURNISHED BY
CONTRACTOR OR OPERATOR FOR THE
DRILLING RIG
72
ANNEXURE – IV RATES APPLICABILITY CHART 76
ANNEXURE – V GENERAL SCOPE OF WORK AND
SPECIFICATION FOR HIRE OF MOBILE
DRILLING RIG
83
ANNEXURE – VI FORM FOR FURNISHING DECLARATION BY
THE IMPORTERS OF RIG AND ASSOCIATED
EQUIPMENT
115
ANNEXURE – VII PRICE FORMAT FOR RIG AND ASSOCIATED
EQUIPMENT
116
ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118
ANNEXURE – IX CONTRACTOR’S PERSONNEL 119
ANNEXURE – X PRICE EVALUATION FORMAT 121
ANNEXURE – XI BEC COMPLIANCE MATRIX 123
ANNEXURE – XII TENTATIVE TIME NORMS FOR DRILLING
OPERATIONS
126
ANNEXURE – XIII HSE QUESTIONNAIRE 127
IMPORTANT DATES 133
- 4 -
BACKGROUND INFORMATION
Sintex Oil and Gas Ltd (SOGL) is an Oil & Gas Exploration and Production Company with Registered
office at 701, Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006, Gujarat, India.
SOGL is one of the foremost professionally managed Indian Companies with eminent Board of Directors
and Technically and Professionally well qualified people having skills of International Standards. SOGL
has been awarded the following S - Type exploration blocks in Cambay basin, Gujarat, India for
exploration and production of hydrocarbons, by DGH, MOPNG, Govt. of India under NELP-VIII round
of bidding:
Block no. and Area
CB-ONN-2009/1 ---------- 113 sq.km.
CB-ONN-2009/2----------- 68 sq. km.
CB-ONN-2009/7----------- 144 sq. km.
The production sharing contract (PSC) with MOPNG has been signed on 30th June 2010.
- 5 -
OUTLINE OF THE SCOPE OF WORK
SOGL plans to drill up to 15 (fifteen) wells in Exploration block(s) within district Ahmadabad, Mehsana
and Gandhinagar of which SOGL has completed drilling of 2 wells. Initially the contract will be for 02
wells, however SOGL may reduce or increase number of well at the same rate, Terms & conditions.
The bidder should quote strictly as per the price format of tender (Annexure –VII) for 750 HP drilling unit
along with their specifications separately as per Annexure-V. The bids not quoted as per format will not
be considered. Bids will be evaluated as per Bid Evaluation Criteria (BEC).
Contractor shall be responsible for all the supplies & services related to drilling activities except for the
following:
- Rig Foundation, Civil works and approach road to well site.
- Cementing services
- Well logging Services including perforations
- Mud Engineering Services
- Mud logging Services
- Activation and Production testing Services
- Well completion services
- Well Material, e.g. Well head & X–Mas tree, Casing & their attachments and Tubing and well
completion equipments.
SOGL plans to maintain an optimum schedule balance while drilling the wells. Outline of the drilling
program is given at Annexure - VIII.
- 6 -
PART - I
INSTRUCTIONS TO BIDDERS
- 7 -
INSTRUCTIONS TO BIDDERS
1.0 Sintex Oil and Gas Ltd (SOGL) incorporated under the Companies Act, 1956 having its
Registered Office at 701, Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006 and its
Corporate Office at Kalol – 382721, District Gandhinagar, Gujarat invites tender under Two Bid
System on International Competitive Bidding (ICB) towards Charter Hire of Onland Drilling Rig
Service from competent, experienced and capable contractors fulfilling the criteria laid down in
this tender document, along with their equipment, vehicles, personnel, instruments, materials,
spares, stores and other drilling related support services.
1.1 The Bid document will be issued by SOGL in the name of the bidder and is non -
transferable.
1.2 Bidders must read the Tender Document carefully and ensure that they can supply all the
necessary items, infrastructure and personnel to fully support the operations and achieve the
given objectives of the Scope of Work. Any deviation or substitution may be highlighted on
a separate statement.
1.3 The Bidder must comply with safety standards in accordance with sound international
petroleum operations, DGMS and OISD guide lines.
1.4 Bidders must acquaint themselves with the area of operation before submission of the bid and
shall ensure that they are well acquainted with the job sites, environment including
topography, logistics and climate etc. SOGL will in no case be responsible or liable for costs
associated with the preparation and submission of bids regardless of the outcome.
1.5 SOGL reserves itself the right to reject, accept or prefer any bid for award of contract without
having to assign any reasons thereof.
1.6 SOGL also reserves itself the right to withdraw from the tendering process without assigning
any reason whatsoever including if the bids received are found unacceptable on a techno-
commercial evaluation.
2 SPECIFIC INSTRUCTIONS
2.1 A Bidder shall fill in all the forms with relevant details asked for in this document.
2.2 By tendering an offer to provide the services, Bidder accepts the terms of this Invitation to
Tender, unless otherwise specified and understand that this does not guarantee the award of
contract. Agreed terms shall be included in the Contract and shall be binding on the
successful Contractor.
The bidder is required for completing the wells as per the scope of work of the Tender and
may alter as per clause 2.3. The Bidder is requested to bid as per the Annexure-VII and the
Price format.
2.3 The Bidders are required to submit Price quotes for 750 HP rig package. The Price
format has been given in Annexure-VII & Price Evaluation format in Annexure-X. The
detail specification for 750 HP rig shall also be given separately as per Annexure-V by
the Bidder.
- 8 -
3 DURATION OF CONTRACT
The validity of the contract shall be one year
4 DOCUMENTS TO BE SUBMITTED WITH THE BID
4.1 Bidder shall furnish the following details in the technical part of the bid
Copies of original documents duly notarized defining the constitution or legal status of the bidder,
place of registration and principal place of business and in case of a joint venture or foreign
collaboration such details for each party thereto constituting the bidder.
Details of experience and past performance of the bidder (or of each party to a joint venture or
foreign collaboration) i.e. Completion certificates from the clients, on work of a similar nature
within the past 5 years and details of current work in hand and other contractual commitments,
indicating current areas of operation and clients. In case bidder is not satisfying this condition, his
joint venture partner has to fulfil the condition without which the bid shall be rejected.
Name of signatory on Tender, his title / designation and address. Names and signatures of those
authorised to act on signatory's behalf, countersigned by signatory. In case of joint venture /
consortium, MOU supporting the claim for the signatory to be submitted.
List of all insurances for equipment, personnel and vehicles, which will be provided during the
period of Contract. Confirmation that Bidder’s insurances are valid for operations in India.
4.2 Bio-data including qualifications and experience of crew / key personnel (alongwith valid IADC /
IWCF certificate).
4.3 Reports of financial standing of the bidder (or of each party to a joint venture), such as Profit and
Loss Statements, Balance Sheets and Auditor’s Reports for the past three years.
4.4 Information regarding any current litigation in which the bidder is involved.
4.5 Documentary evidence in the form of detailed description of the equipment, including essential
technical & performance characteristics, drawings, literature establishing their conformity to the
bid document, date of manufacture & make of the equipment etc.
4.6 Bidders are requested to provide lists of equipment, instruments and vehicles they would use for
undertaking the Work (as per scope of work). Also to provide the date of mobilisation and date on
which they will be available, ready for use at project site.
4.7 Documentary proof of collaboration with a foreign Company (in case of joint venture), in the
form of a letter from the foreign collaborator, or agreement valid during the Contract duration
with requisite Government of India / Reserve Bank of India approvals and stating the
responsibility jointly and severally.
4.8 Confirmation accepting liability for all taxes and duties.
- 9 -
5 BIDDING PROCESS AND FILING REQUIREMENTS
5.1 Bidders must seek clarifications, if any, on the tender document, on or before of the date of Pre-
Bid conference. SOGL shall provide additional information at its discretion.
5.2 Tender papers must be complete in all respects and shall be submitted together with requisite
information and appendices. Tenders should be complete and free from any ambiguity, change or
interlineations.
5.3 The bidders bid and any annotation or accompanying documentation shall be in the English
language. However, any printed literature may be written in another language provided it is
accompanied by an English translation of its pertinent passages, in which case the English
translation shall govern.
5.4 The power of attorney or authorization or any other document constituting adequate proof of the
powers of the signatory to bind the bidder, shall be annexed to the bid. SOGL may reject any bid
not supported by adequate proof of the signatory’s authority.
5.5 In case the bid is submitted by a consortium they shall nominate a Principal Bidder who shall
assume responsibility for the performance of the contract.
5.6 A copy of the agreement between the Principal Bidder and the other bidder(s) binding each of
them in relation to SOGL, for performance of the contract shall be enclosed. This agreement shall
also specify the responsibilities being assumed by the member(s) of the consortium for efficient
discharge of obligations under the contract. This agreement shall also specify that the Principal
bidder can incur liabilities / undertakings / obligations on behalf of the consortium and these shall
be binding on each of them jointly and severally. It shall also be specified in the agreement that if
a bid is successful then each and every member of the consortium shall be jointly and severally
liable to SOGL for efficient and proper discharge of its liabilities and obligations emanating from
the contract.
5.7 The Performance Guarantee in such case shall be furnished by the Principal bidder on behalf of
the consortium.
5.8 The bidder shall sign the proposal, stating the name of the entity to whom the contract is to be
awarded. Each page of the bid shall be duly signed and sealed by an authorized officer from the
Bidder’s organization.
5.9 Bidders shall indicate their full postal address and telephone, Mobile / telex / fax/ email address
in the bid document.
5.10 Bidder will submit the Bid package in its entirety and no alterations will be allowed for
submission related to the documents or the wording therein. Bid document issued to the bidder is
non-transferable.
5.11 Bidders are allowed to quote for meterage rate basis or on day rate basis or both. However,
preference shall be given to the bidders with meterage rate offer provided all other terms and
condition are met.
- 10 -
5.12 Bid bond must accompany with the technical bid.
6 METHOD OF SUBMITTING BIDS UNDER TWO BID SYSTEM
6.1 Bid should be submitted under ‘Two Bid System’ as detailed below:
6.1.1 Bid should be submitted in triplicate i.e. three priced and three un-priced as given
below:
6.1.1.1 Technical bids may be submitted through e-mail (mail id-
[email protected]) in the PDF format and editable MS word
format as well along with scanned copies of support documents.
6.1.1.2 Priced bids will not be accepted through e-mail; it may be submitted
in person or through courier at the following address. In case, the
bids are being sent through Registered post and/or through couriers,
SOGL will assume no responsibility for misplacement or premature
opening of the bid etc.
Sintex Oil and Gas Ltd
7 Garnala Road, Kalol – 382721, District Gandhinagar, Gujarat, India
Tel. No.: +91-2764-253000
Fax No.: +91-2764-253101
E-mail: [email protected] / [email protected]
If the envelopes are not sealed and marked as required above, SOGL will
assume no responsibility for misplacement or premature opening of the
bid etc.
6.2 Bids shall be submitted in the office of SOGL, at the above address on or before 16th January.
2016 by 15:00 Hrs. IST.
6.3 Bids will be evaluated by SOGL based on the information asked for in this tender as well as
that submitted by the bidder. SOGL may, at its discretion, ask the bidder for clarifications for
evaluation and comparison of bids. The request for clarification and response shall be in
writing and no change in the price or substance of the bid shall be permitted unless asked for
by SOGL. However, no such clarification by SOGL shall be construed by the bidder as an
acceptance of their bid.
6.4 Telegraphic / Telex / Tele-fax offers, whether received directly by SOGL or submitted by the
local agents shall not be considered.
6.5 Bids made by agents / consultants / representatives / associates will not be considered.
6.6 The bid must be kept valid for 240 days from the last date of bid submission. In exceptional
circumstances SOGL may solicit the bidder’s consent to an extension of the period of
validity. The request and the responses thereto shall be made in writing by cable / fax / telex.
The validity of Bid bond shall also be suitably extended.
- 11 -
6.7 SOGL reserves itself the right to extend the bid submission deadline.
7.0 BID BOND
7.1 BID BOND/EARNEST MONEY DEPOSIT
Bidder shall be required to furnish with their technical bid an EMD/ a Bid Bond
in the prescribed proforma as at Annexure – I of this Bid document for
Rs. 10 Lacs valid for a period of 180 days from the date of bid submission. The successful
bidder may be requested to extend the validity of the Bid Bond for a further period until a
formal contract is executed by the two parties and/or performance bond by the bidder to
SOGL. On demand, it shall be mandatory for the successful bidder to extend the bid bond and
bid validity for the asked for extended period without conditions. The original Bid Bond shall
be submitted with the un-priced Technical bid itself. Bid not accompanied by a Bid Bond as
above shall be rejected. The Bid Bond should be given on non judicial stamp paper of
requisite value from nationalised/scheduled commercial banks.
8.0 OFFER WITH FAX /E-Mail BID BOND
8.1 Normally offers received along with Fax / E-mail Bid Bond shall not be considered.
However, SOGL reserves the right to consider the offer provided it is followed by
confirmatory original Bid Bond executed in prescribed proforma and legally operative on or
before the date fixed for closing of bids.
8.2 If bidder fails to submit original bid bond with the same content as in Fax / E-mail Bid Bond
and in accordance with tender document, irrespective of their status/ranking in this tender, the
bid will be rejected and SOGL may consider to debar the bidder from participating against its
future tenders.
9.0 PERFORMANCE BOND
9.1 The successful bidder shall furnish to The Company at the time of signing of Contract, a
Performance Bond in the form of Bank Guarantee from an Indian Nationalised
Bank/Scheduled Bank or any other private Bank as approved by The Company for a sum
equivalent to 7.5% of contract value as per the Performa enclosed in Annexure – II. This
Bank Guarantee/Performance Bond shall be drawn in favour of SINTEX OIL AND GAS
LTD enforceable at AHMEDABAD and shall be valid upto a date 180 days beyond the last
date of initial period of this contract or any extension thereof and successful completion of
contract. Split performance bond will not be accepted.
9.2 The performance bond should be given on non-judicial stamp paper of requisite value from
nationalised/scheduled commercial banks or any other private bank approved by The
Company.
9.3 In case the bidder fails to submit the performance bond at the time of signing of the contract,
The Company may cancel the acceptance of the bid and the bid bond shall stand forfeited.
10.0 PRICE
10.1 Bidders shall give unconditional validity of the bid for 240 days from the due date of
submission of bids.
- 12 -
10.2 The bidders shall quote firm price in Indian Rupees or in USD as per the price format. Indian
bidders are to quote in INR only.
10.3 CONVERSION TO SINGLE CURRENCY: To facilitate evaluation and comparison, the
SOGL will convert all bid prices into INR, considering the average conversion rate prevailing
in the previous week from the last date of submission of the bid.
11.0 PRICE EVALUATION
11.1 Bidders while submitting their offers should quote taking into account all benefits and
concessions available to them for supplies to SOGL as announced by the Government of
India till the date of tender closing. Conditional offers tied to the availability or otherwise of
these concessions will be rejected.
SOGL will not own any responsibility/liability at any stage if such concessions are not
available to the bidder and SOGL will not also compensate the bidder in any manner on this
account.
11.2 Bidder should not indicate any separate discount. Discount if any, should be merged in the rates
against the quoted items. Discount of any type indicated separately will not be taken into account for
evaluation purpose. However, SOGL shall avail of all such discounts if the Bid happens to be the
lowest even after not considering the discount for evaluation purpose.
11.3 (a) CONCESSIONAL RATE OF CUSTOMS /EXCISE DUTY/SALES TAX
As the drilling is in PEL block, deemed Export/Import benefits may be available to the
bidder
i) In terms of notification No. 21 dated 1.3.2002, goods specified in list 12 imported in
connection with Petroleum operations will attract zero Custom Duty. SOGL is in
possession of valid PEL,EC and NOC for the areas in which the work is to be
executed. Hence, SOGL will issue recommendatory letter as per Government
guidelines for issuance of Essentiality Certificate from Director General of
Hydrocarbon (DGH), Ministry of P&NG so as to enable the contractor to import
goods against zero Custom Duty provided these are specified in the list 12 of said
Customs notification.
All imports and import clearance under the contract shall be done by the bidder and SOGL will
not provide any assistance in this regard.
Notwithstanding what is stated above, the bidders should also consider the position in regard to
import of goods as specified in list No. 12 of above notification against zero Customs Duty.
SOGL is not liable in whatsoever manner, for the rejection of their claims for zero Customs Duty
by any of the authorities including the DGH.
Note: The recommendatory letter will be given only for those items which are either consumed during
the execution of work or for those equipment/tools which are undertaken to be re-exported by the bidder.
The recommendatory letter will not be issued when the bidder imports the equipment/tools on acquisition
basis and does not undertake to re-export the same after the completion of the contract.
ii) Re-export of equipment, un-utilized spares etc:
- 13 -
The equipment, unutilized spares, accessories etc. imported to India for providing service
needs to be re-exported by the bidder upon the completion of the terms of contract or any
extended period thereof at their own expense. Bidder must furnish an undertaking that
“the equipment imported and also spares & accessories which remained unutilized after
expiry of the contract would be re-export ed at his own cost after completion of
contractual obligation after observing all the formalities/rules as per Customs Act or any
other relevant Act of Govt. of India applicable on the subject”. Immediately after re-
export, bidder would furnish to SOGL, details and other relevant documents as a proof of
re-export. In case of non-observance of formalities of any provisions of the Customs Act
or any other act of Government of India, the contractor shall be held solely responsible
for all the liabilities including the payment of Customs Duty and penalties to the Govt. on
each issue. Non compliance of these provisions will be treated as breach of contract and
their performance bond will be forfeited.
12.0 EVALUATION AND COMPARISON OF BIDS
12.1 TECHNICAL
The technical bid will be evaluated as per the specifications given in the tender and the
BEC vide Part – III of the tender document. To assist in the technical evaluation of bids,
SOGL may, at its discretion, ask a bidder for clarification(s). As the time is short, any
bid, which does not meet the technical requirements set forth in the tender document,
shall be rejected. Similarly, the bid without Bid Bond shall be rejected and not evaluated
despite any deviation taken by the bidder. Bidders not interested to submit the bid bond
may not bid.
12.2 COMMERCIAL
a) Price bids of only technically acceptable offers shall be opened.
b) To facilitate evaluation and comparison of the bids, bidders are requested to state
their bid price strictly in accordance with the terms and conditions of the tender
document. SOGL may reject any bid where the pattern of prices indicated varies
from the format.
12.3 Bid document issued to the bidder is non-transferable.
13.0 EMPLOYMENT OF OFFICIAL OF SOGL
Firms/Companies who have or had business relations with SOGL are advised not to employ
serving employees without its prior permission.
14.0 SIGNING OF CONTRACT
For signing of the contract the bidder shall depute an authorized representative along with the
power of Attorney in favour of the signatory. The draft contract agreement shall be sent along
- 14 -
with LOI. On acceptance given by the successful bidder, LOA shall be issued and the contract
agreement has to be signed within 7 days from the date of issue of LOA. The performance
guarantee has to be submitted on the day of signing of contract agreement. The Contract against
this tender will be governed in accordance with the instructions to bidders. Strict adherence is
required to this clause. Bid bond shall stand forfeited in case of non-compliance of this clause.
15.0 PAYMENT
15.1 The Contractor shall raise the invoice at the end of each month for the services rendered in
accordance with the provisions under this Contract, detailing out the services performed,
rates payable and the total amount claimed. This invoice will first be submitted to The
Company representative who will certify within 15 days from the date of receipt of invoice.
15.2 The invoice certified by The Company’s representative shall then be forwarded so as to be
received by concerned department at SOGL.
15.3 Concerned department at SOGL of The Company shall scrutinize and approve the said
Invoice for payment after making such deductions or amendments as may be considered
necessary. The invoice so approved shall be processed for making the payment of the
undisputed amount of Invoice within 30 days from the date of Invoice submission by the
contractor.
15.4 The disputed amount shall be paid to the Contractor within 30 days from the date of the
resolution of the dispute to the satisfaction of the Company without interest. A fresh invoice
shall be raised by the contractor after the resolution of the dispute.
a) No payments shall be due from The Company to the Contractor for either the days or for
the Work or part thereof, which is suspended by Company in accordance with provisions.
b) For Work or part of Work suspended by the Company for reasons other than Contractors
negligence etc, Company shall pay Contractor standby charges in accordance with the
Schedule of Prices and Rates of the Contract, if 7 days notice is not given.
c) SBLC shall be opened by SOGL for the value equivalent to one months Invoice. In case
of non payment of any certified undisputed Invoice in 30 days, the contractor shall issue 7
days notice to SOGL. If payment is not made within the 7 days notice period, contractor
may encash the Invoice from the bank based on the company’s site representative
certified IADC reports or mobilization completion certificate from SOGL office.
No payment shall be due to the contractor from the company or the bank unless
contractor mobilizes the entire rig package, commissions the rig and obtains SOGL
clearance (based on inspection report) for successful commissioning fully ready to start
drilling operation at the designated drill site.
16.0 OTHER INSTRUCTIONS AND TENDER CONDITIONS
16.1 Letter of Award (LOA) by SOGL will be communicated by fax / e-mail only after
acceptance of the LOI and the draft agreement by the contractor. In case where acceptance
is communicated by fax / e-mail, pending signing of formal contract, the instructions
contained in the fax / letter should be acted upon immediately. With the issue of LOA, the
- 15 -
Contract shall be deemed to have been entered into. Contract shall mean and include all the
contents of this tender document. Non-acceptance of LOA or non-signing of the agreement
after issue of LOA may result in cancelling the award as well as forfeiture of the Bid bond.
16.2 If SOGL finds that the work done by the Contractor is not of the desired quality, or
according to specifications, or otherwise not satisfactory owing to any reason, then in this
regard the opinion shall be communicated by giving a notice to the Contractor for taking the
remedial measures immediately. If the Contractor does not complete the remedial action
within 7 (seven) days from the date of notice, SOGL will be entitled to reject the work
executed, cancel the Contract and procure the services from the market at the risk and cost of
the Contractor, reserving always to itself the right to invoke the Performance Guarantee /
Security Deposit furnished by the Contractor. The decision of SOGL in this regard shall be
final and binding on the Contractor.
16.3 Any bid received with less than the prescribed validity period is liable to be rejected.
16.4 Payment of taxes such as income tax – corporate tax, service tax as well as personnel taxes,
and any other taxes by whatever name called, payable to Government or other bodies is the
responsibility of the Contractor. However, SOGL shall comply with all statutory
requirements (e.g. service tax and TDS) in this regard whilst making payments to the
Contractor.
16.5 SOGL may inspect the offered machinery, vehicles, equipment, instruments with accessories
as a part of the Bid - Evaluation Procedure. This is only a discretionary option.
16.6 Offers providing for escalation of price shall be rejected. However, the successful bidder
may be allowed the price variation of Diesel in their invoice.
17.0 PRE-BID CONFERENCE
All queries received from the bidders on the tender document, will be deliberated in the pre-bid
conference to be held on 5th January 11:00 am at the office of Sintex Oil and Gas Ltd., Kalol –
382721, District – Gandhinagar, Gujarat.
18.0 ERRORS AND OMISSIONS
Care has been taken in drafting and finalising this tender document and all the documents,
information and data attached hereto, but errors and omissions are to be exempted given the size
and nature of document.
- 16 -
PART - II
GENERAL TERMS AND CONDITIONS
- 17 -
GENERAL TERMS AND CONDITIONS
1.0 DEFINITIONS
In this Tender unless the context otherwise requires, the following words when used in the
Contract document shall have the meaning as prescribed hereunder.
1.1 COMPANY
The Company Means Sintex Oil and Gas Ltd (SOGL)
1.2 CONTRACT DOCUMENT
Means agreement entered into between The Company and Contractor, including this
tender document and all attachments and annexure thereto and all other documents
incorporated by reference therein.
1.3 COMMENCEMENT DATE
As set out in Clause 2.3, the point of time when drilling unit is fully rigged up along with
all the ancillary equipment at the first designated location along with availability of
Contractor’s personnel and sufficient spares at the site and the Drilling unit in its entirety
is ready for drilling first designated well with the object of continuous drilling operations
thereafter.
1.4 OPERATING AREA
SOGL exploratory blocks in Ahmedabad, Mehsana and Gandhinagar Districts in the state
of Gujarat.
1.5 DRILLING UNIT
Means Drilling Rig package complete with all associated drilling equipment, personnel
and necessary spares as detailed in Annexure – V (Technical Specification) along with
consumables, spares and tools for operation and maintenance fit for drilling operation of
wells & associated jobs.
1.6 DRILLING OPERATIONS
Means all operations as per scope of work and are generally understood for drilling and
completion of oil/gas wells more particularly all the operations required to be carried out
in pursuance of this Contract including but not limited to the following:
i) Drilling of the well vertical / directional
ii) Coring
iii) Casing/Liner/Tubing
iv) Cementing
v) Facilitating Wireline logging
vi) Blow out Control
vii) Hermetical Testing & Perforation
- 18 -
viii) Fishing
ix) Well completion
x) Activation, Stimulation & Production Testing etc.
1.7 ABNORMAL DOWN HOLE CONDITIONS
Means encountering formation pressures more than those specified and/or mud loss with
suggested mud weight in drilling and completion programme or Geo Technical Order
(GTO) of the well as well as any amendments thereof issued by the Company from time
to time.
1.8 CONTRACTOR’S PERSONNEL
Mean the personnel to be provided by the Contractor from time to time to conduct
drilling and auxiliary operations and to provide services as per the Contract scope of
work.
1.9 SOGL PERSONNEL / COMPANY PERSONNEL
Means The Company authorised representatives of SOGL, the personnel to be deputed or
provided by SOGL or SOGL’s associates (other than the Contractor executing this
Contract).
And also means the personnel to be provided by the Company for the purpose of
supervision or inspecting the work performed by Contractor and other service providers.
1.10 DAILY DRILLING REPORT
Means a report to be submitted by the Contractor daily in the Standard International
Association of Drilling Contractors (IADC) proforma covering all operations carried out
and events at the well during the preceding 24 (twenty four) hours along with details of
daily consumables duly countersigned by SOGL company man.
1.11 PLANNED DEPTH
Means the depth as defined in GTO / Well program.
1.12 MOBILISATION
Means all activities required to be carried out by Contractor in order that the well can be
spudded on the Commencement Date as detailed above, including the transportation of
the equipment spares and personnel to the site and following the statutory guidelines.
1.13 DEMOBILISATION
Means all activities required to be carried out by Contractor in order that the equipment
and personnel for the work and/or services is removed from the drilling site at the end of
the Contract as set out under Clause -5.3 and /or as per notice in writing by SOGL subject
- 19 -
to the conditions as specified in Clause16.2 of Part-I. GPCB guidelines shall be
mandatory.
1.14 METERAGE RATES
Means the rate as defined in Clause – 5.4
1.15 OPERATING RATE R 1
Means the rate as defined in Annexure - IVA and Annexure - IVB
1.16 STANDBY RATE R2
Means the rate as defined in Annexure - IVA and Annexure - IVB
1.17 INTER LOCATION MOVE CHARGES
Means the amount payable as defined in Clause - 5.6
1.18 HEADINGS
The paragraph headings have been provided for reference only.
1.19 FURTHER ASSURANCE
Each party shall perform such acts and execute and deliver such documents and give such
assurances necessary to give effect to the provisions of this Contract.
1.20 COMPLIANCE OF LAW
Neither of the parties shall do, commit, adopt nor participate in any Act prohibited under
the laws of India in the performance of this Contract.
1.21 OBLIGATIONS
The Materials, supplies, equipment, services and personnel to be provided by the Contractor and
the Company are as per Clause - 5.0 and Clause - 6.0, respectively, and also listed at Annexure –
III.
1.22 ZERO RATE
Means the rate as defined in Annexure - IVA and Annexure – IVB
1.23 CONTRACTOR
Means the individual or firm or body corporate as successful bidder and performing the
work under this Contract
- 20 -
2.0 TERMS OF THE CONTRACT
2.1 EFFECTIVE DATE
This Contract shall be deemed to have come into force from the date of issue of LOA.
However, the same has to be got regularised through a contract agreement within 7 days.
2.2 DURATION OF OPERATIONS
The Contract shall be for drilling up to 13 (thirteen) wells. Initially the contract will be
for 02 wells ; however number of well may be decreased or increased depending on the
status of the drilled wells at the same rate , Terms & conditions. at State(India) in
SOGL’s exploratory blocks in Ahmedabad, Mehsana and Gandhinagar district. The
Operating period shall be effective from the date of commencement of drilling operations
at the first location through a notice from SOGL. The Company at its option may reduce
or extend the period of operation at the same terms and conditions which shall be binding
on the contractor.
2.3 COMMENCEMENT DATE
Commencement Date for the purpose of this Contract shall be the date when:
a) The drilling unit is fully rigged up along with all the ancillary equipment at the first
designated location along with the Contractor’s experienced and trained personnel
with valid IADC / IWCF certificates and sufficient spares at the site and the Drilling
unit in its entirety is ready for drilling a well with the object of continuous regular
drilling operations thereafter.
b) The pre-condition for commencement of actual drilling work by the Contractor shall
be the compliance by the Contractor of the conditions laid down under Clauses 2.5.1
to 2.5.4 and also a written declaration signed at the drilling location by the
Representatives of both the Company and the Contractor to the effect that the
equipments, material and other allied items, spares and personnel required to be
provided by the Contractor in terms of provisions in the Contract are available at the
site and all the statutory conditions required to be fulfilled by the Contractor while
spudding the well are fulfilled. The time and date of spudding the first well, based on
the permission from SOGL, shall be the commencement date of operation of the Rig.
This date shall also be the date from which the Company’s payment obligation shall
accrue.
2.4 TERMINATION
2.4.1 This contract shall terminate:
(a) Upon expiry of the initial Contract obligations.
or
(b) Upon expiry of the extended period of the contract.
or
- 21 -
(c) Under the circumstances referred to under Clause – 22.0 (upto 22.10) of the
Contract.
2.4.2 If the Company finds that the Drilling Rig has not been timely mobilized by the
Contractor as committed and that the Contractor has defaulted in timely
mobilization of drilling rig or if the Company finds that the drilling rig services
being rendered by the Contractor do not meet the quality / operating guidelines /
specifications of International Drilling Services Industry or if the Company, after
the Commencement Date finds that the Contractor has short deployed the drilling
rig equipments, accessories, tools and consumables as per the agreed drilling rig
specifications or if the Contractor has short deployed the technically competent
and experienced drilling personnel which may adversely affect the Company’s
drilling operations and / or for any other reason which in the opinion of the
Company amounts to unsatisfactory performance and default by the Contractor,
then in such an event, the Company may issue a termination notice in writing to
the Contractor. The Contract shall then stand terminated with immediate effect,
i.e. from the date of termination notice and the Contractor shall demobilize its
drilling rig, equipment, tools, accessories and personnel accordingly. Contractor
shall not be entitled to claim and no payment shall either accrue or be payable to
the Contractor after the demobilisation of the rig. Company shall only pay for the
work done.
2.4.3 The decision of the Company shall be final and binding on the Contractor with
respect to the termination of the Contract due to the aforesaid reasons. The
Company shall, at its discretion may award the drilling rig contract to any other
drilling rig services company which in the Company’s discretion meet its drilling
requirements in the event of failure on part of the Contractor leading to
termination of the Contract.
2.5 PRE – REQUISITES FOR MOBILISATION
2.5.1 The Contractor shall furnish to the Company all evidence pertaining to technical,
quality and certification details for drilling rig that it intends to deploy at the
Company’s blocks. The technical specifications of the drilling rig equipment shall
be as per the specifications detailed by the Company in this document so as to
meet the Company’s drilling requirements.
The contractor shall have the rig package, equipment, stores and spares, fuel,
water arrangements, manpower, all licenses, requisite permission from all state
and statutory authorities, transport arrangement and all other requisites as per
tender document.
Permission to spud the well shall be issued only after SOGL is satisfied with the
mobilization of the rig package as stated above. LD clause shall be applicable for
any delay in mobilization.
In case such details are not provided by the Contractor or if the above conditions
are not fulfilled to the satisfaction of SOGL, SOGL reserves the right to cancel
the contract and the performance guarantee shall be invoked.
In the event if incomplete details are provided to the Company by the Contractor,
the Company shall have the right to terminate this Contract with immediate effect
- 22 -
and shall also have the right to terminate the drilling rig services contract. The
decision of the Company as regards the details provided by the Contractor shall
be binding on the Contractor.
2.5.2 The drilling operations are planned to commence tentatively last week of Feb
2016. The Contractor shall deploy the drilling unit on the Company’s designated
drilling location within 15 days (unless increased by SOGL) from the date of
issue of the Company’s Mobilization Notice. It shall be the responsibility of the
Contractor to procure the rig equipment as per the specified rig specifications as
per Contract.
2.5.3 Upon receiving the information from the Contractor for inspection, the Company
shall have the right to inspect and fully satisfy itself to approve the technical
specifications of the rig assembled including satisfying itself of the operating
capability and all other related aspects pertaining to the rig operations. The
decision of the Company as to the approval of the rig specifications shall be final
and binding on the Contractor.
2.5.4 The drilling rig shall be mobilised to the designated drilling location by the
Contractor only after written confirmation has been issued by the Company to the
Contractor to commence the mobilisation of the drilling rig to its first designated
drilling location.
2.5.5 Drilling performance shall be broadly governed by the time norms of different
operations as indicated in Annexure – XII and duly modified GTO (to be issued
to successful bidder only)
2.5.6 Non–Substitution of Rig: The Contractor shall mobilize the designated rig only
(Name & make of the rig) within the stipulated mobilization period and SOGL.
For any change of the equipment or the rig etc. prior permission from SOGL has
to be taken.
2.6 LIQUIDATED DAMAGES
2.6.1 If Contractor for any reason other than Force Majeure, fails to timely commence
the drilling operations in accordance with the terms of the LOA / Contract,
Contractor shall pay to Company, as ascertained and agreed liquidated damages,
and not by way of penalty, zero point five percent (0.5 %) for each week of such
late commencement of the work up to a maximum of five percent (5 %) of total
Contract Value. The payment of liquidated damages pursuant to this Clause shall
not affect the right of the Company to :
2.6.1.1 Terminate the Contract or a portion or part of the Work thereof in
accordance with the provisions of the Contract.
2.6.1.2 Seek specific performance.
2.6.1.3 Get the Work done by any other Contractor at the risk and cost of the
Contractor.
- 23 -
2.6.2 The Company may without prejudice to its right to affect recovery by any other
method, deduct and withhold the amount of liquidated damages from any money
belonging to the Contractor in its hands (which includes Company’s right to
claim such amount against Contractor’s bank guarantee) or which may become
due to the Contractor. Any such recovery or liquidated damages shall not relieve
the Contractor from any of its obligations / liabilities under the Contract.
2.6.3 The Parties agree that the liquidated damages indicated hereinabove are genuine
pre-estimate of the loss / damage which Company will suffer on account of delay
/ breach on the part of the Contractor and the said amount shall be payable
without any requirement of proof of the actual loss or damage caused by such
delay / breach.
2.6.4 The Parties agree that all sums payable by way of liquidated damages shall be
considered a reasonable compensation without reference to the actual loss or
damages, which shall have been sustained. In the event of any difference(s)
between the Parties, the decision of the Company shall be final and binding.
2.6.5 Where Company is required to wait for any reason for a Contractor Equipment
which is not made available on the site as per the schedule or during the
operations, Contractor shall be paid zero rate during operation period.
2.6.6 Maintenance: 24 hours per calendar month on non-cumulative basis will be
allowed for maintenance of Rig equipment. During the 24 hours period stand by
rate shall be applicable. Beyond 24 hours per calendar month zero rate shall be
applicable. Incase if deployment days are less than a calendar month, eligible
maintenance hours shall be prorated.
3.0 DEPTH
3.1 The Company reserves the right to direct the Contractor at any time to complete/abandon
the well at a lesser depth or to continue to increased depth depending upon the
circumstances.
3.2 The Company shall specify in its drilling and completion programme the depth of the
well to be drilled by the Contractor. The Company shall have the right to amend such
drilling depths and completion programme at any time.
3.3 CONTRACT DEPTH
Contractor confirms that the Drilling Unit shall be technically & fully capable of drilling
2000 m (750 HP rig) as the case may be. The capacity of the drilling unit will be
governed by the hook load capacity of the rig and associated equipment. The Contractor
shall drill and complete the well as per the drilling and completion programme given by
SOGL. Contract shall be terminated with no liability to SOGL in case the drilling rig unit
is found to be not satisfying the contractual requirement on load function, HP of the rig or
the capability to drill upto required depth. The contractor has to confirm the requirement
as per casing policy and scope of work prior to deployment or offer the services. In case
of failure to drill and complete the well upto the required depth with casing, cementation
- 24 -
etc.,the rig shall be removed, contract cancelled without any payment obligations and
PBG invoked.
4.0 COMPENSATION AND PRICING SCHEDULE
4.1 GENERAL
4.1.1 In consideration of Contractor's satisfactory performance of the Services and
fulfilling of all its obligations under and in accordance with the Agreement to the
Tender document, Company will pay Contractor the Contract Price detailed
herein. The Contract Price shall be in full compensation for all the Services to be
performed by Contractor under the Agreement.
4.1.2 The Contract Price shall comprise of all the sums, rates, prices and
reimbursement included in this part as adjusted in accordance with provisions of
Terms and Conditions.
4.1.3 Except as otherwise specifically provided in the Agreement to the Tender
document, the sums, rates, prices and reimbursements included in the terms and
conditions are fully inclusive of all matters, things, risks, costs and expenses
required for the proper and satisfactory performance and completion of the
Services and the fulfillment of Contractor’s obligations, liabilities and
responsibilities under and in accordance with this Agreement to the Tender
document.
4.1.4 All sums, rates, prices and reimbursements detailed hereinafter shall be
applicable as specifically provided for and shall remain firm and fixed for the
duration of the Agreement.
4.1.5 The currency for invoicing and payment shall be in Indian Rupees (INR) or in
United States Dollars (USD) as quoted in the bid. Indian bidders shall be paid in
INR only.
4.2 Pricing Schedule: The descriptions given in the Pricing Schedule as above are intended as
brief descriptions sufficient for identification and payment purposes only and do not
detail every operation involved in carrying out the Services or any part(s) of the Services.
4.3 Mobilisation of Contractor Supply Items and Contractor's Personnel
4.3.1 Company shall give 15 days notice for Mobilisation of Contractors Supply Items
and Contractor's Personnel detailing the time by which Contractor shall be ready
for operations in all respects at the drill site.
4.3.2 At Company's request and upon receipt of Company's notice, Contractor shall
mobilise and deliver all Contractor Supply Items and Personnel required for the
performance of the Services at the Drilling Site.
4.3.3 Prior to mobilisation of the Contractor Supply Items, Contractor shall provide to
Company list of the Contractor Supply Items to be delivered to the Drilling Site.
- 25 -
This shall comply but not limited to the items listed in the tender document as
mentioned in Part-III.
4.3.4 Mobilisation shall be complete when contractor’s equipment and personnel are
commissioned / deployed and ready to undertake the performance of the service
to spud the well as stated in the contract agreement, as per the Company’s
required mobilisation schedule given in advance to the contractor or actual
mobilisation. The Company onsite representative shall certify mobilisation and
state in the log sheet and based on that the contractor shall seek SOGL approval.
Only after the SOGL acceptance of the completion of mobilization instructions
for spudding the well shall be issued. From such time the Operations shall be
considered to commence.
4.3.5 Mobilisation amount (Lumpsum) shall be due to be paid only after the
mobilisation at designated site is completed and is certified by the
company on the basis of inspection at site.
4.4 Demobilisation of Contractor Supply Items and Contractor Personnel
4.4.1 At Company's request, Contractor shall demobilise the Contractor Supply Items
from the Drilling Site including, without limitation decommissioning,
dismantling, cleaning up and removal of all pollutants, debris and rubbish,
handling, packing, and crafting (as appropriate with respect to GPCB and
statutory requirements). For the demobilisation the Company shall be liable to
pay only such sums as are stated in the price schedule.
4.4.2 In the event Contractor wishes to use the Contractor’s Rig package and services
(after Mobilisation Date) for any other client for the days on which the Rig
package and services are not required for Company’s operations. Contractor
shall obtain prior written consent of the Company and Contractor’s rates for such
Rig package and services shall stand correspondingly reduced on a prorata daily
basis from the date of such demobilisation up to the date such equipment and
services is remobilized without any cost of mobilization / demobilization to
the Company. However, the Contractor has to make the Rig package and
services available to the Company as per the notice from the Company for
resumption of operations.
5.0 COMPENSATION TO THE CONTRACTOR
5.1 FIRM PRICE
The rates payable shall be firm during the entire duration of one year of the contract and
any extension up to six months. In case any further extension is asked for beyond the
extended period of six months, revised rate on Day rate / Meter rate shall be considered
subject to mutual agreement.
- 26 -
Company agrees to pay Contractor for work performed, services rendered and
material/equipment supplied and personnel furnished by Contractor, a sum computed at
the rates specified in price format shall be computed to the nearest half an hour. The
rates for operations to be conducted would be on round-the-clock basis.
The drilling operations and invoicing shall be on day rate / meter rate basis as applicable.
However, the drilling performance will be adhered as per the time norms of the different
operations. In case of non performance as adjudged by the Company man at the site
based on equipment failure, negligence or any other reasonable cause, the payment shall
be made on pro-rata basis keeping in view the operation norms.
5.2 MOBILISATION
Mobilisation shall be treated as completed when the conditions as laid down in Clause
2.5.1 to 2.5.4 are complied with by the Contractor to the satisfaction of the Company and
the Contractor’s drilling rig with all equipment, necessary spares and personnel reaches at
the first designated site of the Company and is ready to spud the well. Lump sum amount
shall be payable after completion of mobilisation.
Inter Location Movement (ILM) of the Contractor’s drilling rig with all equipment,
necessary spares and personnel from one location to the other location designated by the
Company anywhere in the operating area. ILM charge shall be payable in lumpsum as
per price format and shall be governed by clause 5.6. of the tender.
a) A joint survey report of the designated location for rig deployment carried out by
SOGL representative and the Contractor (Layout diagram with dimensions of the
proposed rig & rig package has to be made available on receipt of LOA for
getting the site prepared accordingly. Detail load bearing diagram of the rig
required for construction of rig foundation and drill site)
b) Schedule of activities for completing the mobilization and third party inspection
within the mobilization period.
c) A kick-off meeting will be held at SOGL before completion of mobilisation. At
the kick-off meeting, the Contractor shall submit Bar Chart of the detail drilling
programme activity or schedule of the project.
After the kick off meeting, Contractor shall submit periodical report or any other report
as desired by SOGL, showing progress of activities vis-à-vis the schedule.
5.3 DEMOBILISATION
5.3.1 SOGL shall pay to the Contractor, Demobilisation charges as per agreed price
quote on submission of invoice by the Contractor subject to the conditions laid
down under Clause – 5.3.2 hereunder for the Demobilisation of the drilling unit
as defined under Clause – 1.12.
5.3.2 Notwithstanding the provisions under Clause – 5.3.1, No Demobilisation charge
shall be payable if the drilling unit along with all its accessories and equipment is
moved to another drilling location in the Operating Area (considered as ILM) or
under termination due to Contractor’s fault.
- 27 -
5.3.3 Contractor shall demobilize immediately its drilling rig alongwith accessories,
consumables and personnel on receipt of a written notice of demobilization from
the Company, subject to the conditions laid out in Clause 2.4.2 and / or any other
reason which may result in the Company issuing the demobilization notice. The
decision of the Company shall be final and binding on the Contractor for
demobilising its drilling rig immediately on receipt of notice, in writing, from the
Company.
5.4 METERAGE RATE
5.4.1 SOGL shall pay to the Contractor a meterage rate payable per meter drilled from
the moment the rig spuds the well till the drilling and completion upto the target
depth except for non-drilling-operation which shall include the following
operations. These rates are also described in rate applicability chart.
5.4.2 Meterage would be counted from the bottom of the cellar pit.
5.5 In place of meter rate day rate shall be applicable when no drilling operation is involved.
5.6 INTER-LOCATION MOVEMENT CHARGES
5.6.1 The Company shall pay to the Contractor for the inter location movement of the
drilling unit from one location to another as a lump sum amount. Such charges
shall be payable for each Rig move between two locations from the time the
Drilling Unit is released by the Company from one location to the time it is ready
to spud at the next location. No standby charges shall be payable during this
period. It is understood that inter location movement charges shall be payable
only when the total drilling unit is moved and not a part of it. In case the
movement is made in parts when the production testing is on, then no day rate
shall be payable if the equipment or part thereof has started moving.
5.6.2 The Contractor shall be responsible for the up-keep and safe custody of the
Company’s material and equipments lying at the drill site/camp upto the time
after the last consignment of the Contractor’s equipments has been transported.
5.6.3 The Company may ask, at its option, the Contractor to transport the Company’s
stores/equipments to the next site along with its equipment. It would be the
Contractor’s responsibility to return the unconsumed materials of the Company
to Company’s storage site. No additional / extra charges shall be paid by the
Company for such services rendered by the contractor. However, contractor shall
transport up to maximum 8 Trailor loads free of charge beyond which
Transportation shall be provided on chargeable basis. Contractor shall provide
loading and unloading of Company’s and Company’s Sub Contractors materials
on Drill site free of charge.
5.6.4 Inter location movement charges are inclusive for drilling unit as well as camp
movement and shall be paid when drilling unit moves from one location to
another.
- 28 -
5.7 DEFICIENCIES
5.7.1 Contractor’s equipment shall be maintained by the Contractor at its own cost in
sound and efficient manner at all times to ensure that entire rig equipments are in
perfect working conditions at all times and that drilling operations are carried out
without any interruptions due to unwarranted breakdown of drilling rig
equipments. It is the responsibility of the Contractor to ensure that periodic
maintenance of its rig equipments, accessories etc. are carried out by the
Contractor at its own cost so that the equipments are fit for drilling operations at
all times during the currency of the drilling operations under this Contract or any
extension thereof. Should the performance of Contractor’s drilling equipment
become unsatisfactory or the general standard of performance of the work
hereunder be materially reduced because of defective drill pipe, drill collars, mud
pumps or other Contractor’s furnished equipment or by reason of Contractor’s
incompetence or negligence, the Company shall give to the Contractor written
notice specifying the causes of its dissatisfaction to correct the specified
deficiency within 7 days failing which the Company shall have the right to
terminate this Contract by giving written notice to the Contractor. In this event,
no demobilisation fees will be payable by the Company. Notwithstanding any
other provision contained in this Contract, the Company shall also recover the
Mobilisation charges, if any, paid in terms of Clause – 5.2 in case the deficiency
occurs during the period of Contract, on pro-rata basis for the period of
performance. In addition to invoking of Performance Bond due to failure of the
Contractor in not executing the Contract faithfully, it is understood that if the
Contractor’s equipment do not perform satisfactorily as described above, no
payment shall be due to the Contractor.
5.7.2 In case the Contractor is denied access to the location of drilling operations due
to non availability of any permit to be arranged by the Company in pursuant to
Clause – 15.1 thereof, then the Contractor shall not be penalised.
5.7.3 In the event of any equipment as per Annexure – V, not brought or not in good
working condition, the rig shall be considered as non-commissioned and Zero
rate shall be applicable. Further, in case, non-availability of any such equipment
in good working condition, which adversely affects the progress of or delays any
operation during the Contract period when any of the day rates is admissible to
the Contractor for the period which is applicable, no payment shall be made to
the Contractor. Over and above the normal period determined for completion of
such operation. However, the Company shall have the absolute right to recover
any losses which it deems fit to recover out of the Contractors’ invoices in the
event the Company suffers losses due to unwarranted delays caused by the faulty
rig equipments or due to negligence of the Contractor’s personnel during drilling
operations. In this connection, the decision of the Company taken after
discussions with the authorized representatives of the Contractor would be final
and binding on the Contractor.
5.7.4 OTHER SERVICES BREAK-DOWN: If any of the services covered under the
scope of this Agreement is/are not operating as per its intended operations due to
which the Drilling Unit cannot perform its intended operations, then the Day
Rate shall not be paid for such period.
- 29 -
5.8 PERFORMANCE
The Contractor undertakes to perform all services under this Contract with all reasonable
skill, diligence and care in accordance with sound industry practice to the satisfaction of
the Company and accepts full responsibility for the satisfactory quality of such services.
The Company shall give the Contractor a written notice immediately specifying the
causes of its dissatisfaction to correct the specified deficiency, failing which the
Company shall have the right to recover the damages in the manner as specified in Clause
2.5 or to terminate this contract by giving 07(Seven) days advance written notice to the
Contractor, unless the specified deficiency is corrected. In this event, no Demobilisation
fees will be payable by the Company and notwithstanding any other provisions contained
in the Contract. SOGL shall recover the Mobilisation charges, if paid in terms of Clause –
5.2 on pro rata basis for the period of performance, in addition to invoking of
performance bond due to failure of the Contractor in not executing the contract faithfully,
if at any time during the term of this contract breakdown of Contractor’s equipment
results in Contractor being unable to perform its obligations hereunder for a period of 7
(Seven) consecutive days (not including Force Majeure delay or break down of
Contractor’s equipment caused by a well blow-out or all the consequences thereof), the
Company at its option, may terminate this contract, in its entirety without any further
right or obligation on the part of the Company except for the payment for the work done
5.9 PERFORMANCE BOND
The Contractor shall furnish to SOGL on the date of signing of the Contract an
irrevocable and unconditional letter of guarantee from a Bank acceptable to the Company
for a sum equivalent to 7.5% of Contract Value (in the proforma as per Annexure – II).
The irrevocable letter of guarantee shall be drawn in favour of Sintex Oil and Gas Ltd
and shall be valid up to a date 180 days beyond the last date of initial period of this
Contract or any extension thereof. In the event of the Contractor failing to honour any of
the commitments entered into under this contract and/or in respect of any amount due
from Contractor to the Company, the Company shall have the unconditional option under
the guarantee to invoke the said guarantee with the Bank and claim the amount from the
Bank. The Bank shall be obliged to make the payment directly to the Company upon
demand without the Bank having to take any permission from the contractor in this
regard. The Contractor further agrees to extend the period of this guarantee or to furnish a
fresh guarantee if the Company decides to extend the period of this Contract as stated in
the clause – 2.2 on same terms and conditions of the agreement.
6.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL TO BE
PROVIDED BY THE CONTRACTOR
6.1 Materials, Supplies, Equipment and Services
6.1.1
i) Contractor shall provide and maintain at its cost all items specified in
Annexure – III.
- 30 -
ii) Contractor shall have the drill string and other equipment NDT (Non-
Destructive Testing) inspected by Vetco Tuboscope or any other reputed
recognised inspection agency mutually acceptable to the parties, prior to
the spudding of the well at Contractor’s cost. Records of such inspection
will be made available by Contractor to the Company. The Company
shall at any point of time, have the right to request the Contractor to have
the drill string inspected by a recognised inspection agency (as
mentioned above) at Contractor’s cost.
iii) Contractor shall provide suitable arrangement for boarding and lodging
of Contractor’s personnel. Contractor shall provide boarding & lodging
for up to 08 (eight) Company personnel including 3rd party operations
free of charge at drill site in the bunk house for continuous duty.
6.1.2 Contractor shall provide complete mobile Drilling Rig with trucking equipment
conforming to the standards mentioned in the technical specification, Annexure –
V and road worthy as per RTO rules.
6.1.3 Contractor shall make all necessary arrangements for carrying out all operations
with diligence in a safe workman like manner, in compliance with all instructions
and policies of the Company consistent with the provisions of the Contract
including drilling, well control, Safety instructions etc. and that wrt DGMS,
OISD and GSPC.
6.1.4 It shall be the responsibility of the Contractor for the operation of the drilling
rigs, including but without limitations, drilling, Supervising, moving between
well locations in the Company Oil fields and positioning the Drilling Rig and
camp at locations as required as well as such operations at the drill site as may be
necessary or desirable for the safety of the Drilling Rig Operations under this
Contract in line with standard international Oil Field practices.
6.1.5 It shall be the responsibility of the Contractor for taking all reasonable care for
the entire rig package and successful operations as per standard International
drilling industry practices.
6.1.6 It shall be the responsibility of the Contractor for maintaining accurate records
and submitting to the Company Daily Drilling Report (DDR) in IADC proforma
duly countersigned by company man. The Contractor shall also submit the Well
Completion Report at the end of the operations at the designated well.
6.1.7 Safety
a) It shall be the responsibility of the Contractor for maintaining all drilling and
safety equipment in good condition at all times using all reasonable means to
control and prevent fires and blow-out and to protect the hole.
b) It shall be the responsibility of the Contractor for testing the blow-out
prevention devices by making a pressure test at the time of every nippling up
as per API-RP 53 or at other times as instructed by SOGL’s authorised
- 31 -
representative and recording the results of all such tests in the Daily Drilling
Report.
c) It shall be the responsibility of the Contractor for keeping the hole and all
string of casing filled with drilling mud at all times.
d) It shall be the responsibility of the Contractor for using Kelly Saver sub with
protector.
e) The Contractor shall provide all the safety kits & liveries and PPE to the
workers at the site as per oil industry practices. All statutory obligations
under Labour laws and explosive licenses are the responsibility of the
contractor.
f) The successful bidder has to submit its HSE policy to SOGL before signing
the contract agreement.
g) Over pressure protection devices shall be fitted to any pressure containing
equipment that may be subject to pressures exceeding their maximum
allowable design pressure. All protective devices shall carry valid and current
certification.
h) The Contractor’s work cabins shall have adequate hand held extinguishers
suitable for dealing with minor fires.
i) The contractor shall submit the Emergency Response Plan along with details
of emergency drills (types of drills and frequency).
6.1.8 It shall be the responsibility of the Contractor for maintaining at its cost adequate
stock level of Contractor’s items equipment and spares and replenishing as
necessary. Repairing all Contractor’s items and providing adequate spare parts
and materials required thereof.
6.1.9 It shall be the responsibility of the Contractor for providing competent and
efficient personnel acceptable to the Company.
6.1.10 It shall be the responsibility of the Contractor for transportation of Contractor’s
and the Company equipment and personnel.
6.1.11 It shall be the responsibility of the Contractor for providing first aid medical
attention for Contractor’s and the Company’s personnel at the rig site and
medical services for Contractor’s personnel. Contractor shall keep Ambulance
with complete life saving equipments and medicines with paramedical staff at
drill site round-the-clock.
6.1.12 It shall be the responsibility of the Contractor for providing assistance in all
services performed by service companies used in the operations in so far as can
be done with Contractor’s personnel.
- 32 -
6.1.13 It shall be the responsibility of the Contractor for furnishing all fuel (HSD, POL
etc.) used on the drilling rig, Contractor’s camp and vehicles. Any license to be
taken in this regard shall be the responsibility of the contractor.
6.1.14 It shall be the responsibility of the Contractor for Loading and unloading and
storage at drill site of all Contractor’s and the Company equipment and other
service provider’s material etc. required for drilling of the wells under the
Contract.
6.1.15 It shall be the responsibility of the Contractor for providing hygienic drinking
water at site and camp.
6.1.16 It shall be the responsibility of the Contractor for supplying any equipment,
services etc. which are not included in obligation of Contractor but required in
connection with the drilling operations or services at no obligation to the
Company.
6.1.17 It shall be the responsibility of the Contractor for taking care for containment and
control of environment as well as pollutants at the drill site and follow the GPCB
guidelines.
6.1.18 Drilling Bits: SOGL shall provide drilling bits. If required and asked for, the
contractor has to provide motor compatible special / premium TCR / Advanced
PDC drilling bits for all phases of hole size to accomplish drilling operation in
fast & efficient manner. The selection of bits shall be carried out by SOGL
representative. Bidder has to procure the bits from M/s Baker-Hughes / M/s
REED Hycalog / M/s Smith Drilling Services / M/s Halliburton Export Inc / M/s.
Warren. Service charge shall be paid @ 5 % of the value in addition to the
Invoiced/Landed cost of the bits including taxes on such purchase.
6.1.19 Contractor shall provide the complete rig layout plan for civil works at drill site
and along with the placement of Bunk Houses, foundation drawing with
dimensions and load factors, accessory equipment and utility systems.
6.1.20 Besides Top Drive, contractor shall provide Kelly, Kelly Spinner, Swivel etc., as
a stand-by measure in case of failure of Top Drive. In the event of failure of Top
Drive System (TDS) of the rig and if SOGL decides to continue drilling
operation without TDS, 1/3rd of applicable day rate for the rig and other services
shall be deducted from original respective day rates for the period drilling
operations are carried out without TDS. However, the time consumed for de-
rigging and subsequent rigging of TDS will be covered under Zero rate for the rig
as well for other Services till the operation is resumed with TDS.
6.1.21 In case of short supply / availability of any equipment / tools / consumables etc.
to be supplied by the Contractor due to which drilling performance is affected,
penalty clause shall be applicable according to which 1/3rd of applicable day rate
for the rig and other services shall be deducted from original respective day rates
for the affected period.
- 33 -
6.2 CONTRACTOR PERSONNEL
6.2.1 The Contractor shall deploy the following minimum personnel for the drilling
operations on 12 hours shift basis as per details below:
(a) KEY PERSONNEL
DESIGNATIO
N
Day Shift
Night Shift
Experience in
respective
categories with
reputed oil
companies
Project
coordinator
(Station at base
office
Ahmedabad)
General Shift
10 Years
Rig Manager/
Superintendent
General Shift
10 Years
Tool Pusher 1 0 5 Years
Tour Pusher 0 1 5 Years
Driller 1 1 5 Years
Assistant Driller 1 1 3 Years
Chief Mechanic General Shift
3 Years
Chief
Electrician
General Shift
3 Years
(a) OTHER PERSONNEL
DESIGNATION Day Shift Night Shift
Derrick Man 2 2
Floor Man 4 4
Mechanic 1 1
Electrician 1 1
- 34 -
Welder 1 1
Roustabout/
Unskilled labour
4 4
Crane Operator 1 1
Driver 1 1
Medical (MBBS) General Shift
Communication
Operator 1
1
Safety Officer General Shift
Security 1 1
Above formation of the crew is minimum. The Contractor can deploy more than these personnel at his
cost to achieve the job efficiently at his own initiative.
Note: It is mandatory for the Contractor to deploy the required persons for operations as per DGMS /
OISD regulations failing which operations shall be stopped and Zero rate shall be applicable besides the
deduction for short deployment as mentioned above.
6.2.2 Other Conditions:
a) Contractor shall be solely responsible throughout the period of this
contract for providing all requirements of his personnel including but not
limited to, base accommodation, transportation, boarding, medical attention
and claims, vacation and time off allowances, travel and any other benefits
due to such employees by law or otherwise. the Company shall have no
responsibility or liability in this regard.
b) Contractor shall before deputing his team of personnel under this contract
provide to the Company a list of such personnel, giving their names, age,
educational and technical qualifications and experience for perusal and
approval by the Company.
c) Contractor to provide the total Rig crew. The rig crew to be well conversant
with all operations of drilling including Side-track / High angle and
competent to take up the jobs of casing preparation and running, tubing
preparation and running, assisting the services crew like that of SDMM,
MWD, Liner Hanger, Whip-stock, Cementing, Mud services, Well testing
and completion, Fishing etc.
Contractor also to provide crane facility and ‘Un-skilled labour on the
Drilling Rig to load and unload all Operators’ equipment, materials and
- 35 -
supplies: Such materials include casing pipes and other well consumables to
be supplied by SOGL or its other service providers.
d) Contractor shall furnish at his sole expense and under his exclusive
responsibility competent supervisory and technical personnel to perform the
work stipulated in this contract.
Contractor shall be responsible for securing work permit and Restricted Area
Permit (RAP) from the government for contractor’s employees and
personnel. The company shall provide assistance if required for these
permits.
The category wise list of personnel to be deployed for performing the
contract should be attached with the bid indicating classification and break
up into key personnel and other personnel as stipulated above.
Contractor’s key personnel shall be fluent in English language.
e) The Contract for drilling operations under this tender shall be a job contract
and not based on manpower requirement. SOGL shall not be liable for any
kind of legal or statutory obligations to absorb or provide employment to any
of the Contractor’s personnel under any condition.
7.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL TO BE
PROVIDED BY SOGL
7.1.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL
7.1.1 The Company will provide at its cost all items supplied in Annexure – III hereto
the heading “furnished by” and “At the expenses of” and designated by “O”
against each items.
a) the Company will provide following consumables required for operation
as per Geotechnical order (GTO):
i) Casing / liner hanger, Tubing and accessories
ii) Well Head, X – mass tree
iii) Bits for drilling and coring: SOGL will provide all the required
drilling bits. The contractor, if asked for in writing by SOGL,
shall procure and use at the cost of SOGL, to have a safer and
speedy drilling performance.
b) The Company will provide an approach road to drill sites.
c) The Company may engage its own or third party supervisors for QC of
operations such as Geologists, drilling engineers, cementing, mud
chemist and logging professionals etc.
7.1.2 All items of equipment, materials, supplies and services required for operations
hereunder, other than those items set forth in clause – 7 hereof or otherwise
required to be replaced will be provided by the Company, or at Company’s
option, if such items or any other item which SOGL is supposed to provide under
- 36 -
this Contract and it is made available by the Contractor and billed, to be
reimbursed by the Company at actual invoice cost plus actual documented
freight, packing and insurance costs or concessions on such items plus applicable
taxes in addition to 5 % handling charge except in case of bits of contractor’s
choice.
7.1.3 Any equipment, material or supplies purchased by Contractor on account of the
Company shall thereafter become the property of the Company upon payment by
the Company.
7.2 Transfer of Ownership:
7.2.1 For Contractor’s Manufactured items: Transfer of Ownership takes place
once the goods are loaded on to the carriage, even if Contractor arrange
the transport on SOGL’s behalf. The invoice for the supplies of goods
made from the Contractors’ works will be made at the time of dispatch
from Contractors’ works.
7.2.2 For Bought out items: Transfer of Ownership takes place by endorsement
of documents of title by the Contractor in favour of SOGL during the
transit period. The invoice for the supplies of bought out goods made
from the sub vendor’s works will be made during the transit of such
goods from sub vendor’s works to the site of the project.
7.2.3 Local Items: For goods supplied from within the state of Gujarat, the title
in respect of such equipment and materials shall pass to SOGL when the
equipment and materials are delivered to the Site. The invoice for
supplies made from within the state where the site is located will be
made on dispatch of the material for site.
7.2.4 Off-Shore items: Ownership of the goods imported from other country
and sold on High Sea Sale (HSS) basis to SOGL, shall be transferred to
SOGL in the following manner – A high sea sales through endorsement
of the bill of lading or such other document will be affected and the title
in relation to such imported goods before entering the territorial waters of
India will be passed on to SOGL. A HSS agreement shall be executed for
said items. The HSS invoice for the goods sold on HSS will be made on
execution of HSS agreement and endorsement of the document.
7.3 SOGL’S INSTRUCTION
The Company may from time to time through its authorised representative or
representatives, issue written or oral (to be followed by writing) Instructions to Contractor
concerning operations.
8.0 INSPECTION OF MATERIALS
8.1 INSPECTION BY COMPANY
- 37 -
Company shall have the right to inspect and reject for any valid cause any items furnished by
Contractor and Contractor shall replace with items free of defects, or repair at his sole expense
such items so rejected, to the satisfaction of the Company.
8.2 INSPECTION OF CONTRACTOR
Contractor agrees to perform a visual inspection, by its personnel of all materials and
appliances furnished by the Company when delivered into Contractor’s possession and
shall notify the Company’s representative of any apparent defects observed therein so
that the Company may replace such defective materials or appliances. If Contractor fails
to notify the Company of any apparent defects as provided above, it shall be conclusively
presumed that such materials and appliances are free from such apparent defect.
Contractor shall not be liable for any loss or damage resulting from the use of materials
or appliances furnished by the Company containing latent defects. Upon the completion
and/or the termination of this Contract, Contractor shall return to the Company’s storage
site all machinery, equipment, tools, spare parts and supplies received by Contractor from
the Company or purchased by Contractor on the Company’s account and not used or
consumed in the operations, in as good a condition as received by Contractor, normal
wear and tear excepted. If damage to any the Company’s equipment is caused due to sole
negligence or other fault of the Contractor, same will be repaired or replaced at
Contractor’s cost. Contractor shall, if requested by the Company also maintain or repair
at its cost, any of the Company’s items on the drilling unit which Contractor is qualified
to and can maintain or repair with Contractor’s normal contingent of personnel and the
equipment on the Drilling Unit provided however, that the Company shall at its cost
provide all spare parts and materials required to maintain and repair the Company items.
9.0 INVOICING & PAYMENT
9.1 INVOICING
The Contractor shall raise the invoice at the end of each month for the services rendered
in accordance with the provisions under this Contract, detailing out the services
performed, rates payable and the total amount claimed along with duly signed by SOGL
representative IADC reports. However, if the company’s representative does not sign the
IADC report, within 7 days of receipt, without stating any written and formal objection or
dispute, the IADC report shall be deemed as accepted. This invoice would first be
submitted to the Company representative for certification along with IADC DDR who
will cause it to be certified within 15 days from the date of receipt of invoice and intimate
the deduction if any. The company shall make payment of undisputed invoice amount
within 30 days from the date of receipt of Invoice.
9.2 If any deduction is made from the Invoice of the Contractor, the Contractor shall be
informed by the Company along with reasons for such deduction.
9.3 The disputed amount shall be paid to the Contractor within 30 days from the date of the
resolution of the dispute to the satisfaction of the Company.
9.4 No interest shall be payable on any claim referred to arbitration on claim disputed.
9.5 PLACE OF PAYMENT
- 38 -
Company agrees to make all remittances under this Contract into Contractor’s account
within India or abroad as per the Bank account particulars provided by the Contractor.
9.6 SOGL’S RIGHT TO QUESTION THE AMOUNT CLAIMED
a) Payment of any invoice shall not prejudice the right of SOGL to question the
allow ability under this Contract of any amounts claimed therein, provided SOGL
within one year after the expiry of this Contract, delivers to Contractor, written
notice identifying any item or items which it questions and specifying the reasons
thereof. In the event of such a notice being given by the Company to Contractor,
adjustments, if any, shall be made on mutual agreement basis.
b) The Contractor shall provide on demand a complete and correct set of records
pertaining to all costs for which it claims reimbursement from the Company and
as to any payment provided for hereunder, which is to be made on the basis of
Contractor’s costs.
9.7 MODE OF PAYMENT
a) The Company shall make payment in the same currency as per Price format in
the Contract. Indian contractor shall be paid in INR only.
b) The currency of price format will not be allowed to be changed.
9.8 FINAL INVOICE
a) Any and all claims not specifically reflected and included in the final bill, in
accordance with the provisions of this Clause, thereof shall be deemed to have
been waived by the Contractor and the Company shall have no liability in respect
thereof. The Contractor shall not be entitled to raise or include in the final bill or
subsequently at any time, any claim(s) other than those mentioned in the final
bill.
b) No claim shall, on any account or ground, be made by the Contractor after the
final bill with the intent that the final bill prepared by the Contractor shall reflect
any and all claims, whatsoever, of the Contractor against the Company arising
out of or in connection with the Contract or work performed by the Contractor
there under or in relation thereto and the Contractor shall notwithstanding any
enabling provision in the Contract or in any Law and notwithstanding any claim
in quantum merit that the Contractor could have in respect thereof be deemed to
have waived any and all such claims not included in the final bill and to have
absorbed and discharged the Company from and against the same even if not
including the same as aforesaid, the Contractor shall have acted under a mistake
of law of fact.
9.9 DISCHARGE OF SOGL LIABILITY
The acceptance by the Contractor of any amount paid by the Company to the Contractor
in respect of the final bill of the Contractor upon condition that the said payment is being
made in full and final settlement of all the dues and claims of the Contractor, be deemed
to be in full and final settlement of all the dues and claim of Contractor notwithstanding
- 39 -
any qualifying remark, protest or condition imposed or purported to be imposed by the
Contractor relative to the acceptance of such payment with the intent that upon
acceptance by the Contractor of any payment made as aforesaid, all the dues and claims
of the Contractor under the Contract as well as the settlement of disputes (Arbitration)
Clause – 23.0 hereof, shall stand extinguished.
10.0 CASING PROGRAMME
The casing programme to be followed in the drilling of wells under the Contract shall be as
specified by the Company.
11.0 MUD PROGRAMME
Contractor shall carry out drilling using the conventional or KCl-PHPA–Xanthum Gum–
Polyamine based non damaging drilling fluid (NDDF) or KCL-XC Polymer-CaCO3 Non-
damaging Drilling Fluid (NDDF) low solid, low weight mud system and / or such other mud
system as specified by the Company with water loss, weight, viscosity, in accordance with mud
programme as SOGL may decide as per international oilfield practices. At all times Contractor
shall exercise due diligence in keeping the hole and all strings of casing and space between
casings (annulus) filled with drilling mud. Contractor shall keep watch on drilling mud
parameters atleast twice in each hour particularly for weight and viscosity. The Contractor shall
record the key mud parameters in its Daily Drilling Report. Maintenance of proper mud
parameters as per the programme is the sole responsibility of the Contractor. This clause shall be
applicable even if the mud engineering services contractor is different from the drilling
contractor.
12.0 PERFORMANCE OF THE WORK
12.1 INDEPENDENT CONTRACTOR RELATIONSHIP
a) Contractor, directly and through its employees, shall perform all works connected
with the drilling operations herein contemplated. In the performance of this work
Contractor is an independent entity and is completely responsible to control and
execute the details of the work the Company being interested in proper execution
and results obtained. The work contemplated herein shall meet the approval of
the Company and be subject to the general rights of direction and inspection.
Neither Contractor’s employees nor employees of its Sub-Contractor’s, shall be
considered employees of the Company.
b) Contractor shall at all times, have full responsibility for control, direction and
supervision of operations being carried out under this Contract except when and
to the extent that the Company assumes control and supervision of operations.
c) Contractor shall have complete responsibility regarding the safety of operations
of all systems and all personnel on the Drilling Unit. The extent of Contractor’s
responsibility shall include but not be limited to making final decision regarding,
Well Control Measures, Actions and any procedures adopted at site in the event
of blow-out, cratering or similar catastrophe.
- 40 -
12.2 COMPANY AND CONTRACTOR’S REPRESENTATIVE
a) The actual performance and superintendence of all work hereunder shall be by
Contractor.
b) The Company shall designate in writing, representative or representative(s) who
shall at all times have complete access to the Drilling Unit for the purpose of
observing inspection or supervising the work performed by Contractor in order to
judge whether in the Company’s opinion, Contractor is complying with the
provisions of this Contract. SOGL shall notify Contractor in writing of the
name(s) and authority of its representative or representatives. Such representative
or representatives shall be empowered to act for the Company in all matters
relating to Contractor’s performance of the work herein undertaken. Contractor
agrees at all times to co-operate with and extend assistance to employees of the
Company or employees of the Company’s Contractors performing any function
under this Contract.
c) Contractor shall designate a Manager-in-charge of Contractor’s Drilling Unit,
Contractor shall notify SOGL in writing of the names(s) and authority of the
representative or representatives. Such representative or representatives shall be
fully capable and empowered to act for Contractor in all matters relating to
Contractor’s performance of the work in accordance with the provisions of this
Contract. Contractor shall establish an office in Kalol or Ahmedabad for proper
liaison and coordination having proper communication facilities.
12.3.1 The Contractor shall, at its own cost, comply with the provisions of all laws,
rules, orders and regulations and notification whether central or state or local as
applicable to him or to this Contract from time to time. These Acts/Rules include,
without limitation, the following:
a) Minimum Wages Act & Rules and orders and notifications issued there
under from time to time.
b) Contract Labour (Regulations and Abolition) Act, 1970 with Rules,
orders and notifications made there under from time to time.
c) Industrial Disputes Act, 1947 with Rules, orders and notification issued
there under from time to time.
d) The Workmen’s Compensation Act with Rules, orders and notification
issued there under from time to time.
e) Mines Act, Factories Act or Shops and Commercial Establishments Act,
whichever applicable with Rules, orders and notifications issued there
under from time to time.
f) Payment of Gratuity Act, 1972 with Rules, Orders and notification issued
there under from time to time.
- 41 -
g) Payment of Bonus Act, 1965 with Rules, order and notifications issued
there under from time to time.
h) Payment of Wages Act, 1965 with Rules, orders and notification issued
there under time to time.
i) Provident Fund Act with Rules, orders and notifications issued there
under from time to time.
The Contractor shall have to obtain Provident Fund Registration Number
from the appropriate authority. In case it is not applicable, necessary
certificate to that effect shall have to be obtained from appropriate
authority.
j) Oil Mines Regulations, 1984.
k) Environment Protection Act, 1986 as amended thereafter on 14.9.2006.
l) All other Acts/Rules/Regulations, bye-laws, orders, Notifications etc.
present or future applicable to the Contractor from time to time for
performing the Contract.
m) The Contractor must confirm in writing that all the equipment supplied
with the rig shall have proper statutory approval or certificate from the
concerned authority like DGMS etc, wherever necessary.
n) The Contractor should follow the Health Safety and Environment (HSE)
guidelines as per the Company policy.
12.3.2 SAFETY AND LABOUR LAWS
All Safety and Labour Laws enforced by statutory agencies and by the Company
shall be applicable in the performance of this contract and Contractor shall also
abide by these laws. The Contractor shall also register itself under Contract
Labour (R & A) Act, 1970 and obtain necessary license before start of operation.
12.3.3 PAYMENT OF WAGES TO WORKMEN
The Contractor shall pay the wages directly to the workmen, without any
intervention of any middlemen, by whatever name called. The Contractor shall
also ensure that no amount by way of commission or otherwise is deducted or
recovered by the middlemen from the wages of workmen. The Contractor shall
follow all applicable labour laws, medical and provident fund liabilities as per
government laws.
12.4 DEVIATION OF THE HOLE
Contractor shall take all steps and precautions in accordance with good international
oilfield practices in the area of operations to drill a hole, which will not deviate from the
limits specified by the Company. Contractor shall run angle measuring devices (TOTCO,
etc.) acceptable to and at such intervals as may be directed by the Company.
- 42 -
12.5 DRILL PIPE MEASUREMENT
Besides go-gauging all the tubular including tubings, Contractor shall measure the total
length of the tubulars in service with a steel tape before setting casing or liner, before
logging, after reaching final depth and whenever requested by SOGL and promptly enter
all such measurement in the Daily Drilling Report.
12.6 PREVENTION OF FIRE AND BLOWOUT
a) Contractor shall use the Blow-out Prevention Equipment specified in this
Contract, on all strings unless otherwise directed by the Company. Contractor
shall maintain well Control Equipment in good condition at all times and shall
take all reasonable and possible steps to control and prevent blowouts and fire
and to protect the well.
b) Contractor shall test the Blow-out Prevention devices making a pressure test as
per API-RP 53 at least once every seven (7) days, or at such other times as
instructed by the Company representative. Contractor shall record the results of
all such tests in Daily Drilling Report.
c) Contractor shall use all reasonable means to keep the hole and all strings of
casing/drill pipes/tubings filled with Drilling fluid at all times.
d) Contractor shall use Kelly sub-protectors and protect drill pipe, casing, tubings
through use of appropriate protectors.
12.7 DISCIPLINE
Contractor shall carry out operations hereunder with due diligence and in a safe and
workman like manner according to good international oilfield practices.
Contractor and the Company shall maintain strict discipline and good order among their
respective employees, and their respective sub-Contractor’s employees if any, and shall
abide by and confirm to all rules and instruction promulgated by the Company and
Contractor governing the Drilling Operations. Should the Company feel for just cause,
that the conduct of any of Contractor’s or its sub-Contractor’s personnel is detrimental to
the Company’s interests, the Company shall notify Contractor in writing for removal of
such personnel. Contractor shall remove immediately and replace such an employee/
employees at Contractor’s expense within seven (7) days. If no replacement has been
provided within this time, the Company shall reduce the daily rate by the amount
specified for this category in Price format (Annexure – VII) until such time the
replacement has been provided. The person so removed shall not be employed again
without the prior written consent of the Company. Contractor shall not permit any of its
employees, representatives, agents or sub-contractors to engage in any activity which
might reasonably be considered to be contrary or detrimental to the interest of the
Company.
12.8 SAFETY
Contractor shall take all measures necessary or proper to protect the personnel, workers,
facilities and shall observe all safety rules and instructions including provision of safety
gears to its personnel (and that of its sub-contractor’s) at its own cost. No smoking shall
be permitted inside the wellsite campus, and jobs such as welding etc., will be carried out
- 43 -
with full safety and precautions. Contractor shall provide Ambulance with complete life
saving equipments and medicines with paramedical at drill site round-the-clock. The
Contractor shall display all safety instructions and emergency response plans alongwith
complete rig and well details at the common places and the entrance of well site.
12.9 COMPLETION OR ABANDONMENT
Contractor agrees to perform all work necessary to drill, complete or abandon the well in
a manner as specified by the Company only.
13.0 SAMPLES, CORING AND FORMATION TESTS
13.1 SAMPLES
Contractor shall take and preserve the cutting samples of the formations penetrated with
proper labelling of depth and proper lag time. The frequency, at which samples are to be
obtained, shall be programmed by the Company.
13.2 CORING
Contractor shall make available core barrels and such other allied equipment at his own
cost and shall core at such depths as the Company specifies and shall deliver all cores
recovered, in the containers, properly labelled and shall not allow any third party access
to said cores of samples or any data without Company’s prior written consent.
13.3 FORMATION TESTS
During the course of Drilling in any well, if evidence of Oil & Gas is seen through
fluorescence, gas cut or change in mud density and drill cuttings etc., the Contractor shall
immediately notify the Company man / geologist / chemist etc. The Contractor shall
follow the operational instructions of the Company thereafter.
14.0 RECORDS TO BE FURNISHED BY CONTRACTOR
14.1 WELL RECORDS
Contractor shall keep an authentic log and history of each well on the Daily Drilling
Report prescribed by the Company and upon completion or abandonment of the well,
deliver to SOGL the original history and log book, properly signed, and all other data and
records of every nature relating to the drilling, logging, casing, cementation, completion
and testing of the well.
Such report shall include the depth drilled, formations penetrated, interval cored, and
percentage recovery and any other pertinent information relating to the well including
mud loss and the complications.
14.2 WAREHOUSE RECORDS
Contractor shall deliver to the Company delivery receipts and other warehouse records
received by Contractor, covering any material or supplies furnished by the Company. The
quantity, description and apparent condition of materials and supplies so received shall be
confirmed by Contractor.
- 44 -
15.0 PERMIT & LICENSES
15.1 INGRESS AND EGRESS AT LOCATIONS
The Company hereby agrees that it shall provide Contractor with sufficient rights of
ingress/egress to and possession of the location where the well is to be located including
any drilling permits required for the performance by Contractor of all works
contemplated by this Contract. In the event of any restrictions, conditions, or limitation in
the Company’s permit, which would affect the free right to ingress, egress and possession
to be exercised by Contractor hereunder, its employees or its sub-contractor, the
Company agrees promptly to advise Contractor in writing with respect to such
restrictions, conditions or limitation and Contractor agrees to observe the same. In case
the Contractor is denied access of the location for any reason, any time lost by Contractor
as a result of such denial shall be paid in accordance with Clause - 4 of General terms and
conditions.
15.2 DRILLING UNIT LICENSES
Contractor agrees that it shall secure all permits and licenses for operation of the drilling
Unit in operating area, if required and Contractor shall pay all expenses in this regard.
16.0 INSURANCE, LIABILITY AND INDEMNITY AGREEMENTS
16.1 INSURANCE
16.1.1 Contractor shall arrange comprehensive insurance to cover all risks in respect of
their personnel, materials and equipment belonging to Contractor or its sub-
contractors during the currency of the Contract.
16.1.2 Contractor shall at all time during the currency of the Contract provide, pay for
and maintain the following insurances amongst others:
a) Comprehensive workmen compensation insurance as required by the
laws of the country of origin of employee.
b) Employer’s liability insurance as required by law in the country of origin
of employee.
c) General public liability insurance covering liabilities including
contractual liability for bodily injury, including death of persons, and
liabilities for damage to property. This insurance must cover all
operations of Contractor required to fulfill the provisions under this
contract.
d) Contractor’s equipment provided by the Contractor for performance of
the work hereunder shall have an insurance cover with a suitable sum
insured.
- 45 -
e) Automobile public liability insurance covering owned, non-owned and
hired automobile used in the performance of the work hereunder, with
bodily injury limits as per Indian insurance regulations.
16.1.3 Contractor shall furnish to the Company prior to commencement date, certificate
of all its insurance policies relating to Contractor’s operations hereunder
indicating:
a) kinds and amount of insurance as required herein;
b) insurance company or companies carrying the aforesaid coverage;
c) effective and expiry dates of policies;
d) Territorial limits of policies.
16.1.4 If any of the above policies expire or is cancelled during the term of this Contract
and Contractor fails for any reason to renew such policies, then the Company will
renew/replace the same and charge the cost thereof to Contractor. Should there
be a lapse in insurance required to be carried by Contractor hereunder for any
reason whatsoever, loss/damage claims resulting therefrom shall be to the sole
account of Contractor.
16.1.5 Contractor shall require all of his sub-contractor to provide such of the foregoing
insurance coverage as Contractor is obliged to provide under this Contract and
inform the Company about the coverage prior to the commencement of
agreement with its sub-contractor.
16.1.6 All insurances taken out by Contractor or his sub-contractor shall be endorsed to
provide that the underwriters waive their rights of recourse on the Company.
16.1.7 It shall be the responsibility of the Contractor to recover the insured amounts
from its insurers in the event of any accident, mishap, blow-out caused due to
negligence of Contractor’s personnel or due to whatsoever and Contractor agrees
to indemnify and hold Company harmless from any and all losses / liabilities that
may arise to the Contractor during drilling operations at SOGL’s well sites
during the currency of the Contract.
16.2 LIABILITY
16.2.1 Except as otherwise expressly provided, neither the Company nor its servants,
agents, nominees, Contractors, or sub-contractors, shall have any liability or
responsibility whatsoever to whomsoever (including the owner) for loss and / or
damage to the equipment / property of Contractor and/or its Contractors or sub-
contractor, irrespective of how such loss or damage is caused unless caused by
willful and gross negligence of the Company and/or its servants, agents,
nominees, assignees, contractors and sub-contractors. Contractor shall protect,
defend, indemnify and hold harmless the Company from and against such loss or
damage and any suit, claim or expense resulting therefrom.
16.2.2 Neither the Company nor its servants, agents, nominees, assignees, contractors,
sub-contractor shall have any liability or responsibility whatsoever for injury to,
illness, or death of any employee of Contractor and/or of its Contractors or sub-
- 46 -
contractor irrespective of how such injury, illness or death is caused unless
caused by willful and gross negligence of the Company and/or its servants,
agents, nominees, assignees, contractors and sub-contractor. Contractor shall
protect, defend indemnify and hold harmless the Company from and against such
loss or damage and any suit, claim or expenses resulting therefrom.
16.2.3 Except as otherwise expressly provided neither Contractor nor its servants,
agents, nominees, contractors, sub-contractors of contractor shall have any
liability or responsibility whatsoever to whomsoever (including the owner) for
loss of or damage to the equipment and/or loss or damage to the property of the
Company. unless caused by willful or gross negligence of Contractor and/or its
servants, agents, nominees, assignees, contractors, sub-contractors. The Company
shall protect, defend, indemnify and hold harmless Contractor from and against
such loss or damage and any suit, claim or expense resulting therefrom. Material
issued to the Contractor by the Company for use has to be properly protected and
accounted for.
16.2.4 Neither Contractor nor its servant, agents, nominees, assignees, contractors, sub-
contractors shall have any liability or responsibility whatsoever to whomsoever
for injury to, illness, or death of any employee of the Company unless caused by
willful or gross negligence of Contractor and/or its servants, agents, nominees,
assignees, contractors and sub-contractors. The Company shall protect, defend,
indemnify and hold harmless Contractor from and against such loss or damage
and any suit, claim or expense resulting therefrom. However, the Contractor has
to take care of the Company personnel deployed at site from any kind of physical
harm due to negligence in the operations or using unsafe practices.
16.3 INDEMNITY AGREEMENT
Contractor agrees to protect, defend, indemnify and hold the Company harmless from and
against all claims, suits, demands, and causes of action, liabilities, expenses, cost, liens
and judgement of every kind and character, without limit, which may arise in favour of
Contractor’s, employees, agents, contractors and sub-contractor or their employees on
account of bodily injury or death, or damage to personal property as a result of the
operations contemplated hereby, regardless of whether or not said claims, demands or
causes of action arise out of the negligence or otherwise, in whole or in part, or other
faults.
16.4 POLLUTION OR CONTAMINATION
Notwithstanding anything to the contrary contained herein, it is agreed that the responsibility and
liability for pollution or contamination shall be as follows:
a) The Contractor shall assume all responsibility and liability for cleaning up and
removal of pollution or contamination which originates above the surface from
spills of fuels, lubricants, motor oils, pipe dope, paints, solvents and garbage
wholly in Contractor’s possession and control and/or directly associated with
Contractor’s equipment and facilities, howsoever caused; and that originating
from normal water based and/ or polymer based drilling fluid and drill cuttings.
- 47 -
b) In the event a third party commits an act of omission which results in pollution or
contamination for which the Contractor, by whom such party is performing work
is held to be legally liable, the responsibility shall be considered of the Contractor
for whom the job was performed and liability as set forth above in (a), would be
specifically applied.
17.0 CLAIMS, TAXES, FEES AND ACCOUNTING
17.1 CLAIMS
Contractor agrees to pay all claims, taxes and fees for equipment, labour, materials,
services and supplies to be furnished by it hereunder and agrees to allow no lien or charge
resulting from such claims to be fixed upon any well or other property of the Company.
The Company may, if required by any competent authority after notifying Contractor pay
and discharge any lawful lien or valid overdue charges for Contractor’s equipment,
labour, material, services and supplies or that of any of its sub-contractors under this
Contract and may thereupon deduct the amount or amounts so paid by the Company from
any sum due, or thereafter becoming due, to Contractor hereunder.
17.2 NOTICE OF CLAIMS
Contractor or the Company, as the case may be, shall promptly give the other, notice in
writing of any claim made or proceedings commenced for which that party is entitled to
indemnification under this Contract. Each party shall confer with the other concerning the
defence of any such claim of proceedings and shall permit the other to be represented by
counsel defence thereof, and shall not effect settlement of or compromise any such claim
or proceedings without the other’s written consent.
17.3 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
(Applicable both for Indian and Foreign Contractors)
Contractor agrees for withholding from wages and salaries of its agents, servants, or
employees all sums required to be withheld by the Laws of the Republic of India or any
other Agency having Jurisdiction over the area where Contractor is conducting
operations, and to pay the same promptly whenever due to the proper authority.
17.4 TAXES
a) CORPORATE TAX/PERSONNEL TAX
The Corporate tax on the income from the Contract, the personnel tax on the
income of its personnel, whether existing or future, in respect of all the activities
under the Contract shall be borne by the Contractor. The Contractor shall also
bear Corporate tax and personnel tax on the income in respect of the activities
under the Contract levied or assessed on its subcontractors or their personnel.
The Company will comply with the provisions of the Income Tax Act, 1961 as
amended from time to time by the parliament and the Income Tax Rules, 1962 as
amended or modified by the Central Board of Direct Taxes from time to time, to
ensure proper deduction of tax at source from payments to be made to the Non-
Resident Contractor, the Company will comply with the directions issued by the
- 48 -
Income Tax Authority from time to time for effecting proper deduction of tax at
source. If aggrieved by the orders/directions issued by the Income Tax
authorities, the non-resident Contractor will approach the authorities for relief.
b) If so required by the applicable laws in force at the time of payment or by any
order or direction issued by the Income Tax authorities, the Company will
withhold the amount specified in the order or direction of the Income Tax
authorities from payments due to the Contractor and pay to the Income tax
Department any tax levied or assessed on the non-resident Contractor and its
personnel, if so required by the Income Tax Authorities. If permitted by laws
prevailing at the time of payment of tax, the Company will issue a certificate to
the non-resident Contractor to the effect that the tax levied or assessed on the
non-resident Contractor has been deposited after complying with the order of the
Income Tax authorities.
c) The liabilities of the Contractor under this Contract towards corporate tax and/or
personnel tax shall be governed by the provisions of Income Tax Act as amended
from time to time. Any tax, penalty or interest levied or assessed on the
Contractor or its personnel on account of change in law in the Income Tax Act
will not be borne by the Company.
d) All taxations shall be governed as per Govt. taxation laws.
e) Service tax, if applicable, shall be reimbursed by the Company to Contractor at
rates prescribed as per Service Tax Act.
17.5 CUSTOMS DUTY, FEES, LEVIES ON DRILLING EQUIPMENT AND SUPPLIES
Sales Tax / Works Tax / Turnover Tax / Excise Duty levied if any, on materials /
consumables will be to the account of the Contractor.
Payment of Customs Duty as applicable on the closing date of tender will be to the
Contractor’s account. The bidder(s) will indicate in their bid amount the exact rate of
Customs Duty and applicable item(s) of customs tariff under which it is covered and
details of the cost of the drilling unit, equipments etc. for this purpose.
Any increase or decrease in the rate of customs duty after the closing date of Tender but
within the contractual completion period will be to the account of the Contractor.
Any increase in rate of customs duty during the period between the stipulated date of
deployment of equipment and services and actual date of deployment (in case of late
deployment) with or without prior approval of the Company will be to Contractor’s
account. This is without prejudice to any other Clause including liquidated Damages
Clause.
The Company will have no liability to reimburse the excess in difference in rates of the
item under which the duty is assessed finally; and
17.6 TAXES, DUTIES AND LEVIES
The Company shall not be liable to pay or reimburse any taxes, duties and levies
imposed, including but not limited to, the taxes, duties and levies imposed on the income
of the Contractor, its employees, it subcontractor(s) or any taxes, levies, etc. on any
purchases made by the Contractor/its employees or subcontractor.
- 49 -
17.7 CONCESSION PERMISSIBLE UNDER STATUTES
Contractor must take all necessary steps in order to equip themselves to avail of all
concessions permissible under the statutes including the benefits under Central Sales Tax
Act, 1956 failing which it will have to bear extra cost where Contractor does not avail
concessional rates of levies like custom duty, sales taxes etc.
18.0 RESPONSIBILITY FOR LOSS OR DAMAGE TO THE EQUIPMENT OR THE HOLE
18.1 LOSS OF CONTRACTOR’S DRILLING UNIT
Except as otherwise specifically provided in this Contract, any damage to or loss, of the
Drilling Unit (which, for the, purpose of this Clause - 18.1 shall be deemed to include all
Contractor’s and its subcontractor’s equipment including but not limited to Contractor’s
downhole equipments) and regardless of the cause or reason for said loss, shall be the
loss of the Contractor, its underwriters or insurers and Contractor indemnifies the
Company, its co-licences and its and their affiliates Companies, Agents, Employees,
invitees, servants, their Underwriters or Insurers (other than Contractor’s) and their
employees against any claim whatsoever or responsibility for any damage to or loss of
the Drilling Unit or any other equipment or property of Contractor or Contractor’s
subcontractor furnished or intended for use in the operations herein undertaken.
18.2 If the Drilling Unit or any part thereof is lost or damaged beyond repair or becomes
unusable or is otherwise abandoned, the Contractor shall, if required by the Company by
the laws, regulation or order of Governmental authorities or agency remove the Drilling
Unit from operating area to the satisfaction of the Company. If the Contractor
unreasonably delays in removing the Drilling Unit or any part thereof, the Company may
remove it and the Contractor shall indemnify and reimburse the Company for all cost and
expenses incurred by the Company in connection with or for locating the area/payment of
such loss/damage whether or not it has resulted in any / all such costs or not, shall also be
reimbursed by the Contractor to the Company failing which the Company will have a
right to deduct such amounts from the Contractor’s pending Invoices due.
18.3 SOGL’S EQUIPMENT
The Company shall assume the risk of and shall be solely responsible for damage to and
loss or destruction of material, and equipment or supplies furnished by the Company. In
case there is a loss or damage to the Company’s equipment for causes attributable to
Contractor, the Contractor shall reimburse and indemnify the Company, for such loss or
damages.
18.4 LIABILITY FOR THE WELL
The Company shall be liable for the cost of regaining control of any wild well including
the cost of removal of debris, and shall indemnify Contractor, for any such cost, but not
the costs arising out of the damages caused due to the negligence or other fault of
Contractor, its Agents, Employees or subcontractor. The Company shall be responsible
for and shall indemnify and hold harmless Contractor for any claims in respect of loss or
damage to the hole or well caused due to abnormal pressure conditions. In the event the
- 50 -
hole is lost or damaged because of the negligence or other fault of the Contractor,
Contractor’s responsibility thereafter shall be the obligation to bear all such damages and
costs of repair within the limits of Contractor’s normal contingent of equipment,
personnel and the Contractor shall at its own cost and liabilities re-drill the hole in the
same well or an alternate well to the depth at which, such hole was lost deploying the
drilling unit and personnel. In such an event, no inter-location charges or any other
compensation shall be payable to the Contractor for moving to the alternate location /
well. However, in the case of any wild well, the Company shall be responsible for all
costs or damages with respect to such loss or damage owing to the conditions caused due
to occurrence of wild well and no inter-location movement charges or any other
compensation shall be payable to the Contractor for moving to the alternate location/well.
19.0 BLOW OUT OR CRATER
19.1 COST OF CONTROL OF BLOWOUT
In the event any well being drilled hereunder shall blow-out or crater due to abnormal
pressure conditions, the Company will bear the entire cost and expenses of killing the
well or otherwise bringing the well under control, and shall indemnify and hold
Contractor harmless in this regard unless such blowout is caused due to malfunction of
Contractor’s drilling equipment or caused due to gross negligence or wilful misconduct
of Contractor’s personnel for which the Contractor shall be made to bear the entire
expenses. This applies only to the cost of bringing the wells under control and is not to be
interpreted as an assumption by the Company of any liability for injuries, to Contractor’s
personnel and/or damage to the Drill Unit, caused by such blow-out (which shall be the
responsibility of the Contractor at all times during the currency of the Contract), except
as otherwise provided under the terms and conditions of this Contract.
19.2 USE OF CONTRACTOR’S EQUIPMENT
Subject to Clause - 19.1, the Company shall have the right to use the drilling Unit and all
of Contractor’s equipment and personnel provided under this Contract during such events
as the Company and Contractor are engaged in bringing the well under control.
20.0 WAIVER AND AMENDMENTS
20.1 WAIVERS
No term or condition shall be deemed to have been waived/ amended unless such
waiver/amendment is mutually agreed upon by both the parties and is executed in writing
by the duly authorised agents or representatives of the parties.
20.2 AMENDMENTS OF DRILLING AND COMPLETION PROGRAMME
It is agreed that Contractor shall carry out drilling, coring, testing, completions,
abandonment or any other operations, in accordance with the well drilling, completion
and testing programme to be furnished by the Company, which may be amended from
time to time by reasonable modifications as the Company deems fit, in accordance with
international oil and gas field industry practices.
- 51 -
21.0 FORCE MAJEURE
In the event that the Force Majeure (as defined in Article 21.1 hereunder ) occurrence continue
for more than 7 (seven) consecutive days, the parties shall meet to discuss the consequences of
the Force Majeure and the course of action to be taken to mitigate the effects thereof or to be
adopted in the circumstances including termination, if necessary. Neither The Company nor the
Contractor shall be liable to one another for any delay in completion of the work where and to the
extent such delay is caused by the inability of either party to fulfil its obligation under this
contract due to Force Majeure as defined herein
21.1 Definition
Force Majeure shall mean any occurrence as defined in Article 21.2 hereunder affecting
the rights and obligations of either party under the Contract which is beyond the control
of the party claiming Force Majeure and could not have been foreseen or prevented by
that party when exercising reasonable diligence.
21.2 Inclusions
Force Majeure shall include but not limited to: Acts of God, wars (declared or not), fires,
rebellion, Insurrection, acts of terrorist, acts of governments, strikes, boycotts, blockades,
lockouts, unusually severe weather or any similar matters beyond the control of the party
affected by same.
21.3 Exclusions
Notwithstanding Article 21.0, a Force Majeure occurrence shall not include:
1.1.1. A strike affecting the Work restricted solely to Contractor’s or Subcontractor’s
Personnel.
1.1.2. Breakdown of any equipment used by Contractor or its Subcontractors unless
caused by a Force Majeure event.
1.1.3. Inclement weather typical for the operating area.
1.1.4. Non-availability of funds/non-payment of Contractor’s invoices by The Company.
21.4 Notification
In the event of any such Force Majeure occurrence, the party claiming to be affected shall
immediately notify the other party in writing giving the full particulars of the Force
Majeure, the estimated duration and obligation affected.
21.5 Notwithstanding anything herein to the contrary, the Contractor shall not be liable for
forfeiture of its performance security, payment of penalties or termination of default, if
and to the extent that, delay in performance or other failure to perform its obligation
under the Contract is the result of an event of Force Majeure.
21.6 In the event of either party being rendered unable by Force Majeure to perform any
obligation required to be performed by them under this Contract, the relevant obligations
- 52 -
of the party affected by such force Majeure shall upon notification to the other party be
suspended for the period during which such cause lasts.
21.7 Time for performance or the relevant obligation suspended by the Force Majeure shall
then stand extended by the period for which the Force Majeure conditions last.
21.8 Unless otherwise directed by The Company in writing the Contractor shall continue to
perform its obligations under the Contract as far as is reasonably practicable, and shall
seek all reasonable alternative means for performance not prevented by Force Majeure
event.
21.9 Contractor shall not be liable to claim any payment of whatsoever nature other than the
amounts previously earned beyond a period of five (05) consecutive days in the event of
Force Majeure. The Contract may in such an event be automatically terminated unless
agreed upon by the parties to the contrary for its continuance.
22.0 TERMINATION
22.1 TERMINATION ON EXPIRY OF THE CONTRACT
This Contract shall be deemed to have been automatically terminated on the drilling of
specified number of wells unless the Company exercises its option to reduce or extend
this Contract in accordance with the provisions of this Contract.
22.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE
Either party shall have the right to terminate this Contract on account of Force Majeure,
as set forth in Clause – 21.0.
22.3 TERMINATION DUE TO LOSS OF DRILLING UNIT
Should the drilling unit be lost or be missing and presumed lost or if the drilling Unit
should become a total loss, (constructive, arranged or compromised) this Contract will be
deemed to have been terminated without notice. No payment whatsoever other than
amount previously earned shall be due from the Company to the Contractor as from that
date, if the Drilling Unit should be missing when the payment would otherwise be due for
a period prior to missing, such payment shall be postponed until safety of the drilling unit
is ascertained.
22.4 TERMINATION ON ACCOUNT OF INSOLVENCY
In the event the Contractor or its collaborators at any time during the term of this
Contract becomes insolvent or makes a voluntary assignment of its assets for the benefit
of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have
the right to terminate this Contract and all the Contractor’s rights and privileges
hereunder, shall stand terminated forthwith.
22.5 TERMINATION FOR NON – COMPLIANCE OF CLAUSE 2.5.2
- 53 -
The Company shall have the right to terminate the Contract at anytime by giving notice
to the Contractor without assigning any reason whatsoever. The Company shall have the
right to terminate the Contract in terms of the provisions made in Clause 2.4.2 and / or on
account of non – compliance of Clause 2.5.2 by the Contractor. The decision of the
Company shall be final and binding on the parties.
22.6 TERMINATION FOR UNSATISFACTORY PERFORMANCE
If the Company considers that the performance of the Contractor is unsatisfactory or not
upto the expected standard, SOGL shall notify the Contractor in writing and specify in
detail the cause of such dissatisfaction. the Company shall have the option to terminate
this Contract by giving 07 (seven) days notice in writing to Contractor, if Contractor fails
to comply with the requisitions contained in the said written notice issued by the
Company, the Contract shall be automatically terminated and the Company shall have the
right to enter into a fresh Contract for drilling rig services with any third party to
commence / complete its proposed drilling programme. The decision of the Company
with respect to the Contractor’s performance being unsatisfactory or not upto the
expected standards and the consequential termination by the Company of this Contract
and entering into a fresh Contract by the Company with any third party shall be final and
binding on the parties. The Contract may also be terminated by Company in the event / as
per the Conditions as set out in Clause 2.4.2 of this agreement.
22.7 TERMINATION DUE TO CHANGE OF OWNERSHIP AND ASSIGNMENT
In case the Contractor’s rights and/or obligations under this Contractor and/or
Contractor’s rights title and interest to the drilling unit are transferred or assigned without
the Company’s consent, the Company SOGL may at its absolute discretion, terminate
this contract.
22.8 TERMINATION FOR NON EXISTENCE OF THE VERY REQUIREMENT OF THE
JOB
In case of eventual requirement for not advancing the specific drilling programme, the
Company may terminate the contract prematurely through a written notice. The decision
of the Company shall be final and binding on the Contractor.
22.9 CONSEQUENCES OF TERMINATION
In all cases of termination herein set forth, the obligation of the Company to pay,
contracted rate and/or any other charges, shall be limited to the period upto the date of
termination. Notwithstanding the termination of this Contract, the parties shall continue
to be bound by the provisions of this Contract that reasonably required some action or
forbearance after such termination.
Upon termination of this Contract, Contractor shall return to the Company all of the
Company’s equipments, materials and consumables which are at that time in Contractor’s
possession.
- 54 -
22.10 SEVERABILITY
Should any provision of this Contract be found to be invalid, illegal or otherwise not
enforceable by any court of law, such finding shall not affect the remaining provisions
hereto and they shall remain binding on the parties hereto.
22.10.1 Re-export of equipment and duty drawback (applicable in case unit is
brought from abroad on lease basis).
It shall be the responsibility of the Contractor, if so required by law, to complete
formalities of re-exporting the imported equipment after completion of the work
under the contract and also to apply and obtain the duty drawback, if any. The
Company will not take any liability on this account. The Contractor agrees to
indemnify the Company for any deficiencies or claims which may arise out of the
default by the Contractor in this regard.
23.0 CONFIDENTIALITY
All information obtained by Contractor in the conduct of operations hereunder, including but not
limited to depth, formation penetrated, the result of coring, testing and surveying, shall be
considered as confidential and shall not be divulged by Contractor or its employees to any person,
firm or corporation other than the Company’s designated representatives, unless otherwise asked
by the Company in writing.
24.0 PREFERENCE TO LOCAL COMPANIES
Contractor agrees to give priority and preference to locally owned companies, when hiring Sub-
Contractor given the price, quality and delivery being equivalent and in accordance with
generally accepted practices in the International Petroleum Industry.
25.0 ASSIGNMENT OF CONTRACT
25.1 ASSIGNMENT BY CONTRACTOR
Contractor agrees not to sub-let or assign this contract or interest or any part thereof to an
Indian Company having approved technical backup without first obtaining the written
consent of the Company and at such time that:
a) Adequate arrangement being made by Contractor in terms of expertise and
experienced personnel to ensure due performance of said contract.
b) The ownership of the drilling unit has been transferred to such Indian Company
or such Indian Company has acquired the drilling unit on lease basis.
However, the assignment shall be on the same rates, terms and conditions.
Contractor shall remain fully liable and responsible to the Company for complete
performance of all its obligations envisaged under this Contract.
- 55 -
25.2 ASSIGNMENT BY SOGL
The Company shall have the right, at any time, to assign all or any part of its rights
hereunder, to an affiliated company or a third party provided that the Company shall
remain fully liable and responsible to Contractor to complete performance of all its
obligations imposed by this contract.
26.0 CONSEQUENTIAL DAMAGES
Neither party shall be liable to the other for special, indirect or consequential damages resulting
from or arising out of the contract, including but without limitation, to loss of profit or business
interruptions, unless it is caused by negligence or wilful act or not following the standard oil
industry practices.
27.0 SETTLEMENT OF DISPUTES
The Contractor and the Company shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or in connection with the
Contract.
If any dispute, difference or question shall at any time hereinafter arise between the parties hereto
or their respective representatives or assignees, in respect of the contract or these presents or in
respect of the provisions of the contract as concerning anything herein contained or arising out of
the presents or as to rights, liabilities or debts or respective parties thereunder the same shall be
referred to arbitration under the provisions of the Indian Arbitration and Conciliation Act, 1996 or
any modification or re-enactment thereof or any Rules and Regulations framed thereunder. The
proceedings of Arbitration will be in English language and the venue of Arbitration will be the
city of Ahmedabad, India. It is agreed between the parties hereto that within 30 days of receipt of
any dispute, difference or reference, SOGL hereto shall appoint a Sole Arbitrator.
The decision of the Arbitrator shall be final and binding upon the parties.
The Arbitrator shall decide by whom and in what proportions and the arbitrator’s fee as well as
the costs incurred shall be borne.
The Arbitrator may, with the consent of the parties, extend the date, to make and publish their
own/his award.
Judgment upon the award may be entered in any court or other authority within India having
jurisdiction or application as may be made to the said court or other authority for a judicial
acceptance of the award and an order of enforcement, as the case may be.
28.0 JURISDICTION AND APPLICABLE LAW
28.1 This Contract including all matter connected with the Contract, shall be governed by the
laws of India (both substantive and procedural) for the time being in force and shall be
subject to exclusive jurisdiction of the Indian Courts at Ahmedabad.
- 56 -
29.0 ENTIRETY OF CONTRACT
29.1 This Contract supersedes all prior agreements and commitments, whether oral or in
writing between the parties concerning the subject matter thereof. The right of either party to
require strict performances will not be affected by any previous waiver in the course of
dealing. Neither this Contract nor any modification will be binding on a party unless signed
by an authorised representative of Contractor and the Company.
29.2 It is not intended that there be any conflict between this Contract, Annexure and the
Amendments thereto, which shall be counted as integral part of the Contract for all purposes.
29.3 Notwithstanding the termination of this contract, the parties shall continue to be bound by
the provisions of the contract that reasonably require some action or forbearance after the
expiration of the term of this contract.
30.0 HEALTH, SAFETY AND ENVIRONMENT
COMPANY HSE POLICY STATEMENT AND PRINCIPLES
The activities of the Bidder will be planned and executed as laid down in Company’s HSE
Policy Statement and Principles
30.1 Company Objectives
Bidder shall conduct his activities in order to:
i) Implement Company’s corporate Health, Safety and Environment management
system.
ii) Reduce Company’s and Bidder’s environmental impact as low as reasonably
practical.
30.2 Company Safety Targets
i) Company is committed to safety with a target of zero fatalities.
ii) Safety targets for Company's activities shall be the total combined number of
incidents for Company’s and Bidder‘s personnel.
iii) Targets are reviewed annually in Company’s H.S.E. Plan
iv) Bidder shall make a similar commitment to safety with the same incident frequency or, in
the event that Bidder's incident statistics are better than Company average.
30.3 Company's Substance Abuse Policy
Company's Substance Abuse Policy is complementary to the Company Policy on Health,
Safety and Environmental Protection, Standards. Compliance with the above policy shall
be mandatory for all Company and Bidder personnel and visitors
- 57 -
30.4 Bidders Minimum HSE Standards
Bidder shall conduct its operation at least in accordance with the standards in Bidder's
own Health, Safety and Environment policy as per API guidelines and publications.
API Specifications:
API Spec 9A : Specification for wire rope
API Rec. RP 9B : Recommended practice on application, care and use of wire
rope for oil field service
API Rec. RP 54 : Recommended practices for occupational safety and health
for oil and gas well drilling and servicing operations
API RP 500 : Recommended practice for classification of locations for
electrical installations at petroleum facilities, First Edition,
June 1991.
API Environmental Guidance Document Onshore solid waste management in exploration and production
operations, first edition.
31.0 NOTICES
Any notice given by one party to the other pursuant to this contract shall be sent in writing by
Registered A.D. or by giving telegram or E-mail/Fax and confirmed in writing to the applicable
address specified below:
FOR THE COMPANY CONTRACTOR
Mr. Manven Dubey –Group President
Sintex Oil and Gas Ltd
Kalol – 382721, District Gandhinagar, Gujarat, India
Tel. No.: +91-2764-253000
Fax No.: +91-2764-253101
E-mail: [email protected] / [email protected]
31.1 In case of any change in address, the new address shall become effective upon specific
communication to this effect by either party.
31.2 A notice shall be effective when delivered.
- 58 -
PART - III
BID EVALUATION CRITERIA
- 59 -
BID EVALUATION CRITERIA
Bidders are requested to comply with the following bid evaluation criteria:
A) TECHNICAL
1.0 EXPERIENCE OF THE BIDDER:
1.1 a) The bidder should be an onshore drilling contractor / Company having minimum 5 years
experience in oil/gas well drilling out of which, at least one year’s experience on 750 HP
or higher capacity rig with Top drive facility.
b) In case, the bidder is an Indian Company / Indian Joint Venture Company, either the
Indian Company / Indian Joint Venture Company or its technical collaborator / Joint
Venture Partner should meet the criteria laid down at 1.1 (a) above.
1.2 In case, the bidder is consortium of Companies, the following requirement should be satisfied
by the bidder:
a) The consortium must declare the active partner handling this contract. However the over
all responsibility of the daily activities shall still be that of the technical partner of the
consortium who should satisfy the minimum experience requirement as per para 1.1 (a)
above.
b) The leader and the technical partner of the consortium should confirm unconditional
acceptance of full responsibility of executing the ‘Scope of Work’ and this bid document.
This confirmation should be submitted alongwith the un-priced bid.
c) All the members of consortium must undertake in their MOU that each party shall be
jointly and severally be liable to SOGL for any and all obligations and responsibilities
arising out of this contract.
1.3 Bidders should submit Memorandum of Understanding / Agreement with their technical
collaborator / joint venture partner (in case of joint venture) clearly indicating their roles
under the scope of work of this contract.
2.0 CREW EXPERIENCE
a) The bidder should confirm to deploy the minimum no. and the category of the crew personnel as
indicated in the bid document. Bidders may have more personnel as per requirement, including
service hands. These additional personnel shall not be included in the list of crew personnel for
the purpose of reduction of day rates / meter rates due to short deployment. Further, bidder may
deploy additional personnel for maintenance / operations / supervision / training / inspection for
which their request will be considered on merit by SOGL.
b) The experience of the crew shall be as per Annexure – IX. However, the key personnel shall have
drilling experience of minimum 2000 m depth of oil / gas well. The key personnel shall have
valid IADC / IWCF certification.
- 60 -
c) Confirmation in regard to para 2(b) above is to be submitted alongwith the un-priced bid.
However, the details of all personnel i.e. bio–data, proof of qualification etc., shall be submitted
and got approved by SOGL before commencement of work.
3.0 BIDDER’S EQUIPMENT
The rig should be capable of drilling wells, fulfilling ‘Scope of Work’ and confirming to the technical
specifications as laid down in the bid document.
4.0 Experience of the Bidders:
i) The experience would include the following:
a) DRILLING EXPERIENCE:
A minimum experience of five years in drilling services and drilling of
atleast five exploratory/development wells of 2000 m depth. However, the
experience in drilling of exploratory wells shall be preferred.
b) PROJECT MANAGEMENT :
The bidder shall possess financial and organisational capabilities and
experience of executing Oil/ Gas well drilling project of similar magnitude
with overall responsibility. The bidder should have executed at least one
such project as Rig Operator during last five years.
ii) In case of Indian Bidder who does not meet the drilling experience requirement
as per (a) above but having project management experience as per (b) above, and
are banking upon its/their likely foreign collaborator/Joint Venture partner
having requisite drilling experience as per (a) above, then he/they should have
tied up with, a foreign / Indian company and applied for Government’s clearance
when/wherever necessary, for such technical collaboration/joint venture at the
time of opening of un-priced technical bid. In case proposal of bidder involves
foreign equity participation or payment for technical know-how, proof of
Government’s clearance should be submitted prior to the date notified for
opening of price bid failing which offer will be rejected.
5.0 AGE OF RIG
The Drilling unit offered should be in good working condition and should have a residual life
of minimum 5 years. Drilling units not older than 5 years shall be preferred. Documentary
evidence relating to year of Make of the drilling unit and bidders declaration on present
condition of the drilling unit and its residual life from an international reputed inspection and
certification agency and reputed Chartered Engineer to this effect will be sent along with the
bid.
- 61 -
The certificate should clearly indicate the residual life of all critical items(minimum five
years), particularly of Mast & Sub-structure, Engines, Draw works, Rotating system, Mud
pumps (not older than 5 years), Tackle system and BOPs.
5.1 In case bidder is owner of the offered drilling unit, documentary evidence to establish the
ownership should be enclosed in the un-priced technical bid. In case the bidder is going to
buy or lease the drilling unit, a copy of the valid agreement between the Manufacturer or the
owner, as the case may be, and the bidder along with the proof of ownership indicating its
availability as per mobilisation period set forth in the tender document, should be enclosed.
Any bid without these documents, as applicable shall be rejected.
6.0 COMMERCIAL
The bid should be in Indian Rupees or in USD.
6.1 Bidders while submitting their offers should quote taking into account all benefits and
concession available to them for supplies to SOGL as announced by the Government of India
as on the date of tender opening. Conditional offer tied to the availability or otherwise of
these concessions will be rejected.
SOGL will not own any responsibility/liability at any stage if such concessions are not
availed / available to the bidder and SOGL will also not compensate the bidder in any manner
on this account.
6.2 Bidder should not indicate any separate discount. Discount if any, should be merged in the
rates against the quoted item. Discount of any type indicated separately will not be taken into
account for evaluation purpose. However, SOGL shall avail of all such discounts if the bidder
happens to be the lowest even after not considering the discount for evaluation purpose.
6.3 The offer will be evaluated as per bid evaluation format at Annexure – X.
7.0 REJECTION CRITERIA
The following standard clauses are to be complied with, failing which the Bid shall be liable for
rejected.
i) Submission of EMD/Bid Bond (Bank Guarantee) along with un-priced Technical bid
for the specified amount in the prescribed format valid for 180 days from the date of
Bid opening.
ii) Acceptance of Performance Bond (Bank Guarantee) Clause for execution of contract.
iii) Acceptance of Liquidated Damages Clause.
iv) Acceptance of Force Majeure Clause.
v) Acceptance of Termination Clause.
vi) Acceptance of Settlement of Disputes (Arbitration) Clause.
- 62 -
vii) Acceptance of Jurisdiction and Applicable Law Clause.
viii) Acceptance of Safety and Labour Laws.
ix) Acceptance of Inspection Clause.
x) Compliance with Provident Fund Act with rules, order and notifications issued
thereunder from time to time. The Contractor shall have to obtain Provident Fund
Registration Number from the appropriate authority. In case it is not applicable,
necessary certificate to that effect shall have to be obtained from appropriate
authority.
xi) Acceptance to comply with all statutory obligations.
xii) If the rig package offered is not as per the specification.
8.0 OTHER TERMS & CONDITIONS
8.1 Any exception/deviation taken to SOGL’s terms and conditions, specifications and BEC as
detailed in tender document must be clearly stated in the pre-bid meeting itself. Otherwise it
will be presumed that all the terms and conditions, specifications and BEC as detailed in the
Tender document are acceptable to bidders.
8.2 In case bidder takes exception to any clause of bid document not covered under this BEC,
SOGL has discretion to Load or to reject the offer on account of such exception.
8.3 Mobilisation period: Bidders are required to confirm that they will make available drilling
units, equipment, services and consumables at the drilling location as specified in clause
2.5.2, failing which the bid is liable to be rejected.
8.4 Bidder will offer complete rig with all equipment, system, tool and accessories in accordance
with the specifications laid down in the Bid document. Bidders are required to specify the
type, make and model of the equipment. Detailed specifications of the rig and equipment
offered should be indicated in the same sequence as given in the bid document.
8.5 Bidders shall give unconditional validity of the Bid for 180 days from the date of opening of
Bid.
8.6 The Bidders shall quote firm price in Indian Rupees or in USD.
8.7 The price quoted must be firm without any escalation whatsoever failing which offer will be
rejected.
8.8 Personnel and Corporate Tax :
Acceptance to bear, within the quoted rates the personnel tax arising out of execution of the
contract.
Bidders are required to include corporate tax liability in the price bid. Any partial or total
exception on the part of the Indian bidders on this account shall render his offer disqualified.
- 63 -
8.9 Indian Bidder should enclose with un-priced technical bid, copy of the latest Income Tax
clearance certificate failing which Bid is liable to be rejected.
8.10 (Deleted)
8.11 This BEC overrides all other similar clauses operating anywhere in the Tender document.
8.12 The bidder shall furnish the details of experience and past performance of the bidder and
the collaborator (in case of collaboration) or of joint venture partner (in case of a joint
venture), on works / job done of similar nature, in the past and details of current work in hand
and other contractual commitments, indicating areas and clients, alongwith the un-priced bid,
in support of experience laid down at para 1.1 above.
8.13 MOU / Agreement signed by the bidder with the technical collaborator / joint venture
partner (in case of joint venture), should also be addressed to SOGL, clearly stating that the
MOU / Agreement is applicable to this tender and shall be binding on them for the contract
period. Notwithstanding the MOU / Agreement, the responsibility of completion of job under
this contract will be of the bidder.
8.14 The bidder should confirm in the un-priced bid that the equipment of the offered rig is in
good working condition and the acceptance of the following inspection clause:
i) SOGL reserves the right to get the rig and the equipment inspected through any
of the following internationally reputed third party inspection agency as per the
tender specifications.
a) MODU SPECS
b) ABS
c) Oilfield Audit Services Inc.
d) DNV
Inspection cost shall be borne by the Contractor. The cost for the third party inspection
shall be mentioned separately in the bid.
ii) SOGL will accept the rig only after confirmation by the third party inspection
agency, that the rig is as per tender specifications and that the rig offered by the
bidder is acceptable for mobilisation and the required drilling operations. SOGL
reserves the right to waive off inspection of the rig keeping in view its past
performance and conformance with the rules and regulations laid down by
DGMS / OMR.
8.15 SOGL may, at the request of the successful bidder, issue recommendatory letter to DGH
for issuance of Essentially Certificate for import of such items, which are allowed by
Government of India to import with concessional rate of customs duty. The bidder has to
provide the list of items for which the recommendatory letter is required. Except for issuance
of a recommendatory letter, SOGL assumes no liability or responsibility, in whatsoever
manner, in this regard.
8.16 Boarding and Lodging: Bidders are required to provide free boarding and lodging for
upto 08 (eight) SOGL or its third party personnel at wellsite.
- 64 -
8.17 Service Fee: Service charge for purchases on behalf of SOGL may be paid @ 7.5% for
purchases upto Rs. 10 lacs in each case and @ 5% if value exceeds Rs. 10 lacs in each case.
8.18 Bidders will furnish the following details alongwith supporting documents of their
collaborators and for themselves:
a) Total experience in the field of Oil / gas well Drilling.
b) No. of Rigs with the collaborators and capacities of Rigs in operation.
c) Current areas of operation.
d) Project Management experience during last five years.
e) Copy of the MOU signed between the Bidder and collaborator. It should
clearly state the roles, responsibility and the obligations of the bidder and
the collaborator in respect of this tender.
- 65 -
ANNEXURE - I
- 66 -
ANNEXURE - I
PROFORMA OF BANK GUARANTEE FOR BID BOND
Ref. No. Bank Guarantee Number
Dated
To
Sintex Oil and Gas Limited
Kalol – 382721
District Gandhinagar
Gujarat. (INDIA)
Dear Sirs,
1. Whereas Sintex Oil and Gas Ltd (hereinafter called SOGL which expression shall unless
repugnant to the context or meaning thereof include all its successors, administrators, executors
and assignees) incorporated under the Companies Act 1956 having its Registered Office at 701,
Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006 and its Corporate office at Kalol –
382721, District Gandhinagar, Gujarat has floated a Tender number
_______________________________
and M/s. ____________________________________________________________________
having Head/Registered Office at ________________________________________________
(hereinafter called the “Bidder” or “Tenderer” which expression shall unless repugnant to the
context or meaning thereof mean and include all its successors, administrators, executors and
assignees) have submitted a Bid reference number
___________________________________________ and bidder having agreed to furnish as a
condition precedent for participation in the said tender an unconditional and irrevocable Bank
Guarantee of Indian Rs. __________________
in Figures Rupees ____________________________________________________________ (in
words) only for due performance of bidder’s obligation as contained in the terms and conditions
contained in the Tender document supplied by SOGL which amount is liable to be forfeited on
the happening of any contingencies mentioned in said document.
2. We ________________________________________________________________________ (Name of the
Bank)
Registered under the laws of having hand/registered office at __________________________ (hereinafter
referred to as “The Bank” which expression shall, unless repugnant to the context or meaning thereof,
include all its successors, administrators, executors and permitted assignees) guarantee and undertake to
pay immediately on first demand by SOGL the amount of INR /USD.
_______________________________________________ (in figures)
INR /USD _______________________________________________________________ (in words) in
aggregate at any time without any demur and recourse and without SOGL having to substantiate the
demand. Any such demand made by SOGL shall be conclusive and binding on the Bank irrespective of any
dispute or difference raised by the bidder.
3. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the
country of issue.
- 67 -
4. The Bank also agrees that this guarantee shall be irrevocable and governed and construed in
accordance with Indian laws and subject to exclusive jurisdiction of Indian Courts Ahmedabad
,India.
5. This guarantee shall be irrevocable and shall remain in force till _______________________
which includes 60 (Sixty) days after the period of bid validity and any demand in respect thereof
should reach the bank not later than the aforesaid date.
6. Notwithstanding anything contained herein above, our liability under this guarantee is limited to
INR /USD. _________________________ (in figures) INR/USD.
__________________________ __________________________________ (in words) and our
Guarantee shall remain in force till __________________________________________________
(indicate the date of expiry of Bank Guarantee).
Any claim under this guarantee must be received by us before the expiry of this Bank Guarantee.
If no such claim has been received by us by the said date, the rights of SOGL under this guarantee
will cease. However, if such a claim has been received by us by the said date, all the rights of
SOGL under this guarantee shall be valid and shall not cease until we have satisfied the claim.
In witness whereof, the bank through its authorised officer has set the hand and stamp on this
______________________________________________ of __________________________ at
_________________________________________________________________________
WITNESS : 1
__________________________ _______________________
(Signature) (Signature)
Full Name and Official Full Name, Designation and
Address (in legible letters) Official address (in legible
letters) with Bank Stamp
WITNESS : 2 Attorney as per power of
Attorney Number
___________________________ _______________________
Full Name and Official
Address (in legible letters)
INSTRUCTION FOR FURNISHING BANK GUARANTEE FOR BID BOND
1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per
stamp duty applicable at the place where the tender has emanated. The non-judicial stamp
paper should be in the name of the issuing bank.
2. The expiry date as mentioned in clause 5 and 6 of the Guarantee should be arrived at by
adding 60 (Sixty) days to the date of expiry of the bid validity unless and otherwise
specified in the tender documents.
3. The Bank guarantee by Indian bidders will be given by Nationalised/Scheduled Bank and
/or any other Bank approved by SOGL.
- 68 -
ANNEXURE - II
- 69 -
ANNEXURE - II
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE BOND
Ref. No. Bank Guarantee Number
Dated
To
Sintex Oil and Gas Limited
Kalol – 382721
District Gandhinagar
Gujarat. (INDIA)
Dear Sirs,
1. Whereas Sintex Oil and Gas Ltd incorporated under the Companies Act 1956 having its
Registered Office at 701, Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006 and its
Corporate office at Kalol – 382721, District Gandhinagar, Gujarat (hereinafter called SOGL
which expression shall unless repugnant to the context or meaning thereof include all its
successors, administrators, executors and assignees) having entered into a contract number
________________________ dated _________________________ (hereinafter called the
contract which expression shall include all the amendments thereto with M/s.
______________________________________
having Head/Registered Office at ________________________________________________
(hereinafter called the “Contractor “ which expression shall unless repugnant to the context or
meaning thereof mean and include all its successors, administrators, executors and assignees)
and SOGL having agreed that the contractor shall furnish to SOGL a performance guarantee for
INR/USD _____________________________ for the faithful performance of entire contract.
2. We _________________________________________________ registered under the (Name of
Bank) laws of __________________________________________ having head/registered office
at ____________________________________________________________________
(hereinafter referred to as “The Bank” which expression shall, unless repugnant to the context or
meaning thereof include all its successors, administrators, executors and permitted assignees) do
hereby guarantee and undertake to pay immediately on first demand in writing any/all Money to
the extent of INR/USD. _____________________ ( in figures) INR/USD. _______
______________________________________________________(in words) without any demur,
reservation, contest or protest and/or without any reference to the Contractor. Any such demand
made by SOGL on the bank by serving a written notice shall be conclusive and binding, without
any proof, on the Bank as regards the amount due and payable notwithstanding any dispute(s)
pending before any court, Tribunal, Arbitrator or any other authority and/or any other matter or
thing whatsoever, as liability under these presents being absolute and unequivocal. We agree that
the guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is
discharged by SOGL in writing. The guarantee shall not be determined discharged or affected by
the liquidation, winding up, dissolving or insolvency of the Contractor and shall remain valid,
binding and operative against the bank.
- 70 -
3. The Bank also agree that SOGL at its option shall be entitled to enforce this guarantee against the
bank as a principal debtor, in the first instance, without proceeding against the Contractor and
notwithstanding any security or other guarantee that SOGL may pay in relation to Contractor’s
liabilities.
4. The Bank further agree that SOGL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the
said contract or to extend time of performance by the said contractor(s) from time to time or to
postpone for any time or from time to time exercise of any of the powers vested in SOGL against
the said Contractor(s) and to forebear or enforce any of the terms and conditions relating to the
said Agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contract(s) or for any forbearance, act or omission on the part
of SOGL or any indulgence by SOGL to the said contract(s) or any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of
so relieving us.
5. The Bank further agree that the guarantee herein contained shall remain in full force during the
period that is taken for the performance of the contract and all dues of SOGL under or by virtue
of this contract and all dues of SOGL under or by virtue of this contract have been fully paid and
its claim satisfied or discharged or till SOGL discharges this guarantee in writing whichever is
earlier.
6. This Guarantee shall not be discharged by any change in our constitution, or in the constitution of
SOGL or that of the Contractor.
7. The Bank confirms that this guarantee has been issued with observations of appropriate laws of
the country of issue.
8. The Bank also agree that this guarantee shall be governed and construed in accordance with
Indian laws subject to the exclusive jurisdiction of Indian Court at Ahmedabad, India.
9. If the Contract period is extended in accordance with the Contract, SOGL may inform the Bank
about such extension and Bank shall extend the validity of this BG on presentation of a copy of
the letter extending the Contract period.
10. The SOGL may assign this guarantee to any person and in such case the SOGL shall inform the
Bank in writing. This guarantee shall not be assigned or transferred by the Bank.
11. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to
INR/USD ______________________________________________ (in figures) INR/USD
_______________________________ ______________________________ (in words) and our
guarantee shall remain in force until _________________________________ (indicate the date
of expiry of Bank of guarantee).
Any claim under this guarantee must be received by us before the expiry of this Bank Guarantee.
If no, such claim has been received by us by the said date, the right of SOGL under this guarantee
will cease. However, if such a claim has been received by us by the said date, all the rights of
SOGL under this guarantee shall be valid and shall not cease until we have satisfied the claim.
In witness whereof, the right bank through its authorised officer has set the hand and stamp on
this ___________________ of _________________ at _____________________________.
- 71 -
WITNESS : 1
__________________________ _______________________
(Signature) (Signature)
Full Name and Official Full Name, Designation and
Address (in legible letters) Official address (in legible
letters) with Bank Stamp
WITNESS : 2 Attorney as per power of
Attorney Number
___________________________ _______________________
Full Name and Official
Address (in legible letters)
INSTRUCTION FOR FURNISHING BANK GUARANTEE FOR PERFORMANCE BOND
1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp as per stamp
duty applicable at the place where the tender has emanated. The non-judicial stamp paper
should be in the name of the issuing bank.
2. Bank Guarantee for Performance Bond shall be valid upto a date 180 days beyond the
last date of validity of initial period of this contract or any extension thereof.
3. The Bank guarantee by Indian bidder will be given by Nationalised/Scheduled bank only
and /or any other Bank approved by SOGL.
- 72 -
ANNEXURE – III
COMPANY : SOGL
EQUIPMENT AND SERVICES TO BE PROVIDED BY CONTRACTOR OR
COMPANY FOR THE DRILLING RIG
The equipment, machinery, tools, materials supplies, instruments, services and labour listed at the
following numbered items shall be provided at the location by Company or Contractor and that the
expense of Company or Contractor hereto designated by ‘C’ for Contractor and ‘O’ for Company in the
appropriate columns:
Sl. No. Items At the Expense of Supplied by
1 2 3 4
A. DRILLING UNIT & EQUIPMENT
1. Drilling Rig unit and Equipment as specified in
Annexure – V. Rig and Equipment, maintenance
spares including running supplies, spares,
replacement parts and services for the operation of
Contractor’s equipment.
C C
2. Fishing tools as specified in Annexure - V. C C
3. Other fishing tools not specified. C C
4. Welding plant for normal operation. C C
5. Production Activation, Testing services and
Completion equipment/DST/MDT
O O
6. Sand line + Swabbing tools etc. C C
7. Company’s air conditioned Office at Rig site C C
8. Logging Unit and tools O O
9. Cementing Unit O O
10. Covered space to store oil well cement and
chemicals
O O
11. Radio (between Rig and Company’s base) and its
license
C C
12. Safety equipment according to technical
specification.
C C
13. Casing scraper for 9 5/8" / 7” / 5 ½" Casing C C
14. Equipment heretofor not designated but required
by Contractor in operations.
C C
15. Equipment heretofor not designated but necessary
to fulfil Company’s instructions
C C
B CONSUMABLE
1. a) HSD for Drilling Rig operations and its
license
b) POL for Rig equipment vehicles and camp
c) Fuel (Diesel, Petrol) for Contractor’s camp
and Vehicle
d) All licenses for HSD, POL, Fuel etc.
C
C
C
C
C
C
C
C
2. Grease, Lube Oil, Cleaning solvent, Hydraulic oil
for all Contractor’s equipment including BOP
accumulator
C C
3. Casing thread Lubricant C C
- 73 -
4. Drill pipe thread lubricant and Drill pipe wipers C C
5. Rubber drill pipe protector C C
6. Stabilizer for different hole sizes C C
Sl. No. Items At the Expense of Supplied by
1 2 3 4
7. Drill bits for 17 ½” / 12 1/4” / 8 ½” hole size.
Drill bits for directional wells after kick-off point
Core bits for coring
O
O
O
O
C
O
8. Core barrels, core catchers and related handling
tools
C C
9. Cement and additives O O
10. Due to uncontrolled flow due to contractor’s
negligence at and around the drill site of Mud
Chemicals and Mud additives, if any issue arises
with GPCB / CPCB for use of KCL, then
contractor will take the responsibility to resolve it
with competent authority.
C
C
11. Welding consumables for:
a) Contractor’s operation
b) For Company’s operation
C
O
C
C
12. a) Well head, X– mass tree, casing / liner
casing, Tubing and their attachments
b) Handling equipment for casing / liner and
tubing
O
C
O
C
13. BOP and associated tools / equipment
a) Replacement rubber elements, Ram,
gaskets seals, packing and all normal
consumables for annular type preventers,
ram type preventers, BOP stack and
controls.
b) BOP, choke & kill lines controls,
Handling, Running, Testing & Retrieving
tools (for retrieving cup tester, test plug. if
the same is stuck in BOP during BOP
testing) including spares required during
periodic testing.
c) BOP operating / control system, BOP
operating fluids
C
C
C
C
C
C
14. Consumables not hereto-designated but required
by Contractor in normal operation or needed for
the maintenance of Contractor’s equipment
C C
15. Consumables not hereto-designated but necessary
to fulfil Company’s instructions
C C
16. Drilling water supply at drill site for drilling
operation
C C
17. Drinking water for camp and site C C
18. Water storage tank for drilling rig and camp. C C
- 74 -
C. SERVICES AND PERSONNEL
1. Cranes and tractors and oil field trucks along with
operators and drivers required for the
transportation of rig and equipment alongwith
requisite licenses.
C C
2. Crane along with its operator for use during
drilling operation including handling of
Company’s material at site
C C
Sl. No. Items At the Expense of Supplied by
1 2 3 4
3. Transportation of Company’s (SOGL) equipment
and consumables from one location to another.
C C
4. Handling including Loading/unloading and
storage of all materials at drill site.
a) Of Company
b) Of Contractor and its sub-contractor
C
C
C
C
5. Transportation of Contractor’s personnel from
Contractor’s base to drilling location
C C
6. a) Site preparation (levelling, foundation for the
rig, water pit, waste pits, cellar pit) according
to the general layout requirements of
Contractor
b) After handing over the site, maintenance of
the site during operations
c) Development/infrastructure for camp
d) Stores facility for chemicals
e) Access/Approach road to drill site
O
C
C
C
O
O
C
C
C
O
7. Cementing and Testing services O O
8. Radio and/or telephone between drill site and
Company’s base and Contractor’s base.
C C
9. a) Mud Engineering & Service facilities
b) Mud logging
O
O
O
O
10. Geologists and other technical consultants O O
11. Installation of Well head and related equipment. C C
12. Welding C C
13. Drill String inspection / NDT tests before
commencement of operations
C C
14. Other inspection required by Company in excess
of contractual inspections.
C C
15. a. Tools and services for side-tracking of the hole,
if required.
b. Directional drilling material and services, if
required
C
O
C
O
16. Supply requisite manpower for preparation of mud
(as per Annexure - XIV).
C C
17. All personnel and supervision necessary to operate
the Drilling unit, seven days/week including
personnel necessary to handle all normal supplies
on drilling location.
C C
- 75 -
18. Food, housing and medical services for
Contractor’s personnel.
C C
19. Food and Housing and medical services for
SOGL’s personnel (if Contractor establishes
camp) of the same standard as for Contractor’s
officers
a) Upto maximum 08(eight) persons per day.
b) Over 08( eight) persons
C
O
C
C
Sl. No. Items At the Expense of Supplied by
1 2 3 4
20. All personnel safety kit and liveries, safety
equipment
a) For Contractual personnel
b) For Company’s personnel
C
C
C
C
21. Standby vehicle at the site C C
22. Security at Drill site and DSA C C
23. Services not hereto designated but required by
Contractor in normal operations.
C C
24. Services not hereto designated but required due to
directions of Company.
O C
- 76 -
ANNEXURE – IV A
RATES APPLICABILITY CHART
FOR OPERATIONS ON A METRE RATE DRILLING
(Rates applicability for various operations as shown by ‘*’ mark under appropriate column).
Sl.
No.
Operations
Meter
Rate
Operating
Day Rate
[R1]
Standby
Day
Rate
[R2]
Lumpsum
Zero Rate
1 Rig movement after release from one
well and until spudding of the next
well.
*
2 All operations by the Contractor
from the time of spudding including
but not limited to:
a) Drilling *
b) Tripping for bit change, coring,
casing/liner lowering.
*
c) Circulation mud conditioning for
drilling, mud logging, casing /
liner lowering
*
d) Trip and circulation for casing
lowering.
*
e) Mud circulation / conditioning
during casing lowering and prior
to cementation.
*
f) Lowering of casing / liner
including gauging, measuring of
casing pipes and preparation of
pipe tally.
*
g) Trip and circulation prior to DST
& production testing.
*
h) Circulation for checking samples
for Geological investigation
during drilling.
*
i) Deviation survey through string. *
j) Reaming of well. *
k) All operations for coring and
DST and Production testing
*
l) Logging operations. *
m) Well-head, BOP installation and
their testing as per procedures
including rectification of
leakages if any in the BOP hook
up.
*
n) Hermetical testing. *
o) Casing line slipping or shifting. *
p) Leak off test *
- 77 -
Sl.
No.
Operations
Meter
Rate
Operating
Day Rate
[R1]
Standby
Day Rate
[R2]
Lump
sum
Remark
3 a) Fishing & liquidation of
complications of original
drilled well depth in side-
tracked or alternate well if due
to abnormal down hole
conditions and not due to
negligence or other fault of the
Contractor.
*
b) Fishing & liquidation of
complications including
restoration of original drilled
well depth in side-tracked or
alternate well if not due to
abnormal down hole
conditions and/or due to
negligence or other fault of the
Contractor.
*
c) Restoration to vertical if angle
exceeds 5 deg. from vertical or
25 m. horizontal drift at final
depth.
*
4 a) Waiting on cement (WOC) *
b) Drilling of float collar, float
shoe and plugs.
*
c) Drilling of excess cement in
casing.
*
5 Production testing.
a) Tripping of tubing. *
b) Installation of perforation gate
valve, X – mass tree.
*
c) Well under observation. *
d) Displacement of fluid during
production testing.
*
e) Perforation. *
6 Any operation not covered in this
appendix for other than meter rate.
a) Using either Contractor’s
draw works or string or both.
*
b) Without the use of
Contractor’s draw works or
string.
*
- 78 -
Sl.
No.
Operations
Meter
Rate
Operating
Day Rate
[R1]
Standby
DayRate
[R2]
Lump
sum
Zero rate
7 Delay in continuous drilling
operation.
a) Provided Contractor has
complied with all his
obligations as stipulated in
contract.
*
b) Due to failure of the
Contractor to comply with
any of his obligations.
*
8 Down time for waiting for
equipment or materials or order
a) Due to failure of operator or
defective material of operator
*
b) Due to failure of the
Contractor.
*
9 For directional wells
a) Drilling/tripping after kick-
off point
*
b) Deviation survey *
c) Course correction *
10 Mud loss control *
11 Kick control
a) If kick occurs on account of
negligence of the Contractor
in specified pressure range
*
b) If kick occurs due to
abnormal down hole
conditions.
*
NB :
The day rate will be computed to the nearest ½ hour but limited to 24 hours per day.
- 79 -
ANNEXURE – IV B
RATES APPLICABILITY CHART \
FOR ALL OPERATIONS ON DAY RATE DRILLING
(Rates applicability for various operations as shown by ‘*’ mark under appropriate column).
Sl.
No.
Operations
OperatingDay
Rate [R1]
StandbyDay
Rate [R2]
Lumpsum
Zero Rate
1 Rig movement after release from one
well and until spudding of the next
well.
*
2 All operations by the Contractor from
the time of spudding including but
not limited to:
a) Drilling *
b) Tripping for bit change, coring,
casing/liner lowering.
*
c) Circulation mud conditioning for
drilling, mud logging, casing /
liner lowering
*
d) Trip and circulation for casing
lowering.
*
e) Mud circulation / conditioning
during casing lowering and prior
to cementation.
*
f) Lowering of casing / liner
including gauging, measuring of
casing pipes and preparation of
pipe tally.
*
g) Trip and circulation prior to DST
& production testing.
*
h) Circulation for checking samples
for Geological investigation
during drilling.
*
i) Deviation survey through string. *
j) Drilling, Reaming & Coring *
k) All operations for MDT and
Production testing
*
l) Logging operations. *
m) Well-head, BOP installation and
their testing as per procedures
including rectification of
leakages if any in the BOP hook
up.
*
n) Rectification of leakages if any in
the BOP hook up
*
o) Hermetical testing. *
p) Casing line slipping or shifting. *
q) Leak off test *
80
Sl.
No.
Operations OperatingDay
Rate [R1]
StandbyDay
Rate [R2]
Lumpsum Zero
Rate
3 a) Fishing & liquidation of
complications of original drilled
well depth in side-tracked or
alternate well if due to abnormal
down hole conditions and not
due to negligence or other fault
of the Contractor.
*
b) Fishing & liquidation of
complications including
restoration of original drilled
well depth in side-tracked or
alternate well if not due to
abnormal down hole conditions
and/or due to negligence or other
fault of the Contractor.
*
c) Restoration to vertical if angle
exceeds 5 deg. from vertical or
25 m. horizontal drift at final
depth.
*
4 a) Waiting on cement (WOC) *
b) Drilling of float collar, float shoe
and plugs.
*
c) Drilling of excess cement in
casing.
*
5 Production testing.
a) Tripping of tubing. *
b) Installation of perforation gate
valve, X – mass tree.
*
c) Well under observation. *
d) Displacement of fluid during
production testing.
*
e) Perforation. *
6 Any operation not covered in this
appendix for other than meter rate.
a) Using either Contractor’s draw
works or string or both.
*
b) Without the use of Contractor’s
draw works or string.
*
7 Delay in continuous drilling
operation.
a) Provided Contractor has
complied with all his
obligations as stipulated in
contract.
*
b) Due to failure of the Contractor
to comply with any of his
obligations.
*
81
Sl.
No.
Operations
OperatingDay
Rate [R1]
StandbyDay
Rate [R2]
Lumpsum
Zero Rate
8 Down time for waiting for
equipment or materials or order
a) Due to failure of Company or
defective material of Company
*
b) Due to failure, wilful
misconduct, gross negligence &
/ or poor workmanship of the
Contractor resulting in delays in
continuous drilling operations.
*
c) Downtime due to poor
efficiency / breakdown of any
of contractor’s equipments, of
Contractor resulting in delays in
continuous drilling operations
*
9 For directional wells
a) Drilling/tripping *
b) Deviation survey *
c) Course correction
i) In normal operations *
ii) Due to negligence or wilful
misconduct of the
contractor
*
10 Mud loss control
a) If not due to contractor
negligence
*
b) If kick occurs on account of
negligence of the Contractor in
specified pressure range
*
11 Kick control
a) If kick occurs on account of
negligence of the Contractor in
specified pressure range
*
b) If kick occurs due to abnormal
down hole conditions.
*
NB:
The day rate will be computed to the nearest ½ hour but limited to 24 hours per day.
82
ANNEXURE – V
General Scope of Work
(750 HP rig capable to drill up to 2000 m depth with 5” drill pipes) )
This contract is to hire one (01 no.) mobile drilling rig (750 HP) capable to drill up to 2000 m to drill 02
wells in Exploration block(s) within district Ahmedabad, Mehsana and Gandhinagar.
General Casing Policy: -
a. 13⅜″ X 9⅝″ X 7″/5½″
b. 9⅝″ X 7″/5½″
Scope of Work: -
a. To provide complete drilling rig and equipment conforming to Specifications for charter hire of mobile
drilling rig as per Part-III of the tender.
b. To provide capable rig crew personnel in accordance with the list provided in the Tender Document
experienced to drill exploratory wells.
c. To take up drilling, coring, casing, cementation, logging, completion and testing of oil and gas wells as per
international norms and standards with responsibilities not limited to vide chart “ Equipment And Services To
Be Provided By Contractor Or Company For The Drilling Rig”, (following “ Outline of the Drilling
Program”(Annexure-VIII) and Annexure II Tentative Time Norms of Drilling Operations”. Cementation,
logging, completion and testing will be carried out by third party service providers using your services.
d. To provide Mobile Drilling Rig of minimum 750 HP, capable of Drilling Exploratory, Directional, High
angle wells up to a measured depth of 2000 Mtrs. including short drift side track, re-entry in the well and
well control in Exploration block(s) within district Ahmadabad, Mehsana and Gandhinagar
e. The rig to be deployed shall be capable of handling all types of Water base, New generation drilling fluids,
The rig should be equipped with mud tanks having capacities about 120 cubic meters active volume, solid
control equipment having minimum 2 nos Dual tandem Linear Motion Shale Shakers of Brandt / Derrick /
Kemtron/ MI Swaco/ NOV make only with scalping arrangement having total capacity of 1000 GPM are to
be provided with the rig with suitable motor and replacement screens with 20 - 250 mesh size, One
Desander, One Desilter / Mud Cleaner (with 250 mesh max screen), One Degasser. The rig is also to be
equipped with Jet Shearing Devices for proper shearing of Polymers.
f. The Contractor has to also provide the manpower in terms of roustabouts etc for maintaining the mud
systems as per international practice.
g. Contractors Top Drive, contractor has to provide Kelly, Kelly Spinner, Swivel etc., as per the tender
specifications, as a stand-by measure in case of failure of Top Drive.
h. SOGL desires to achieve a drilling rate of 200 m/hr. In case if bidder is not able to meet the criteria of 200
m/hr drilling rate, bidder may propose a drilling rate the bidder can best achieve. Preference shall be given
to Bidder who offers the highest Drilling Rate per hour. For guidance on lithology, well prognosis of 2
drilled wells are available on request.
i. To achieve the target drilling rate, bidder shall be responsible for designing of suitable BHA using down
hole performance motor and compatible PDC bits besides top drive and sensors.
83
SPECIFICATIONS FOR CHARTER HIRE OF MOBILE DRILLING RIG
FOR DRILLING WELLS IN EXPLORATORY BLOCK OF SOGL
(Specifications details to be given separately for 750 HP Mobile Drilling Rig)
Sr.
No.
Specifications Details of the Rig to be filled by Bidder
1. Type of Rig:
A self-propelled or truck/trailer mounted Mobile
Electrical Drilling Rig (01 no.) with easy placement
at the well location, equipped with single or double
drum draw-works with the provision for power
system catering the full Load requirement and
rotary drive for drilling of the wells of depth up to
2000 m. with 5” drill pipes is to be provided as per
API 4E/4F (Specs.). The rig should be equipped
with suitable racking arrangements and complete
tackling system to handle required Load
Note: The overall dimension of the carrier with
overall weight and width should be specified.
a) Contractor: ______________
b) Rig Name: ______________
c) Type & Design: ______________
d) Name of Manufacturer: ____________
e) Date of manufacturing: ____________
f) API Spec: ______________
Carrier Dimensions: ______________
Overall dimension: ______________
Overall weight: ______________
Front dimensions: ______________
Rear dimensions: ______________
2. Drilling Depth Capability :
Rig should be capable of drilling exploratory /
development wells (vertical/inclined) up to a depth
of 2000 meters (TVD) for 750HP rig with 5” Drill
pipe and for work-over operations including short
drift side-track, long-drift side-track, re-entry in
the Well and Well control.
All the offered equipment is compatible with the
drilling depth rating of the rig:
Yes/ No
Depth Capacity of rig: ______________
3 Mast:
Mast should have hook Load capacity of minimum
180 Ton having sufficient clear height of 122 ft to
handle 120 stands (doubles) of 5” drill pipe with a
provision for setback for 15 stands of 6 1/2” or 8”
OD drill collars.
Dynamic wind Load capacity with full pipe set
back and all wind guy lines properly installed
should be 100 mph.
Mast to be equipped with the following:
Two number of tong counter weight one
on each side of the mast complete with
sheaves and cables.
One set of Crown Bumper Blocks.
One set of Travelling Block suspension
line assembly for slipping wire line.
Clear height: ______________
Load capacity ______________ Metric Tons @
100 mph wind
Racking capacity: ______________
Last inspection
on ______________
by ______________
4 Mast Raising System :
The mast raising system shall be hydraulic
telescopic cylinder type complete with automatic
safety stop on each leg and control valves equipped
with all safety systems.
All the offered equipment is in line with the
required technical specifications of Mast Raising
System of the rig:
Yes/ No
84
Ladders from rig floor to racking platform
and to Crown Block in one set complete
with safety rails & Safety climbing device
with fall arrestor.
Skew pulleys at Crown Block for reeving
of casing line on brake drum.
Fixed / folding type racking platform with
adjustable height system to adjust with the
required tubular stands.
Stand pipe clamps provided with mast for
clamping 4” / 4 ½”/ 5” standpipe.
5 Sub-Structure :
i) Sub-structure should have minimum 19.5
ft clear height below beams to
accommodate BOP stack with other
drilling equipment beneath the floor.
ii) V-door ramp and stairs to sub-structure
floor with stair handrails.
iii) Two sets of tong back up posts to be
provided for make up and break up tongs.
iv) Rat hole & mouse hole – one each
designed with flip up hole covers.
v) Deadline Anchor support to be located on
carrier at base of the mast / located on Sub
structure as per rig design. Deadline
Anchor to be grooved for wire line and
provision for tension type Load sensor
complete with wire line snub.
vi) One set of catwalk steel plate top with
arrangement to block sliding of pipe at
both ends.
vii) Air winch installed on Rig floor with air
fittings, air filters, lubricators and wire
line etc.
All the offered equipment is in line with the
required technical specifications of Sub Structure of
the rig.:
Yes/ No
Clear height : ______________
6 Draw-Works:
Draw-works should be single or double drum draw-
works equipped with adequate capacity auxiliary
brake for safe running in of the string. The draw-
works also should have reverse rotation facilities.
Minimum horsepower rating should be 750. Hydraulic making up and breaking out cylinders to
be provided.
All the offered equipments are in line with the
required technical specifications of the rig:
Yes/ No
Manufacturer: ______________
Model: ______________
Rated Power _____________ HP
7. Hydraulic Cat-head:
Drillco Ezy-Torque or equivalent, complete with
motor etc.
Hydraulic Cat Head Unit:
Manufacturer: ______________
Model: ______________
8. Drum :
The drum should have adequate braking system
with cooling arrangement.
The offered equipment is in line with the required
technical specifications suitable for the rig.
Yes/ No
9. Auxiliary Brake :
The rig system shall have ECB / Hydro dynamic /
Dynamic Disk brake with brake cooling system.
The offered equipment is in line with the required
technical specifications suitable for the rig.:
85
Yes/ No
10 Controls :
Driller’s console shall have the following facilities
at Derrick floor
Raising and lowering the mast
Emergency shutdown control.
Air operated transmission shift control
Hydraulic tong control
Engine start and kill switches
Slush pumps and DRAW-WORKS
throttle controls
Note: Safety of operations, equipment and the well
besides the safety of manpower should be the main
concern
All the offered equipments are in line with the
required technical specifications of Controls of the
rig.
Yes/ No
11 Draw Works Cooling System:
The draw works should have a suitable cooling
system
The offered equipment is in line with the required
technical specifications of Draw Works Cooling
System of the rig.
Yes/ No
12 Crownomatic and Flooromatic safety device:
To be provided with the rig
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
13 Crown Block:
Static Hook Load Capacity matching with the
Mast. The Crown Block should have required no.
of sheaves for 1 ¼” / 1 1/8’’ casing line and one
sheave to be grooved for 9/16’’ for air winch /
hydraulic winch. Running Crown sheaves should
be skewed to reduce twisting of the traveling block
at the racking platform elevation.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Manufacturer: ______________
Model: ______________
Capacity: ______________
14 Travelling Block and Hook:
Travelling Block Assembly should have following
features :
Rated static Load capacity-Minimum 250
tons.
Required sheaves grooved for 1 ¼” / 1
1/8” drilling line.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Traveling Block:
Manufacturer _________________
Model _________________
Capacity _________________
Drilling hook:
Manufacturer _________________
Model _________________
Capacity _________________
15 Elevator Links:
Suitable weldless elevator links having minimum
Load capacity of 250 tons.
Elevator links:
a) Size______, Make ______ ,
Model _____, Capacity _______,
Last inspection ______by _______
b) Size______, Make ______ ,
86
Model _____, Capacity _______,
Last inspection ______by _______
16 Drilling Line Spool:
To be located at rear or as per rig design of the
carrier with 1 ¼” / 1 1/8” drilling line.
Size: ______________
Type: ______________
17 Rotary Table:
27 ½” Rotary Table with matching Load capacity
of Mast. Independent Rotary Table drive is
preferred
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Manufacturer: ______________
Model: ______________
Size: ______________
Power: ______________
18 Master Bushing:
Solid Pin drive Master Bushing compatible with
offered 27 ½ ’’ Rotary Table, complete with bit
breaker plate and one split type master bushing.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
19 Casing Bushing:
One set of split type Cul Bushing should be
available for use with 27 1/2’’ Rotary Table for
different size of Casings (13 3/8”, 9 5/8”, 7” & 5
½”).
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
20 Insert Bowl:
One set of split type insert bowl compatible with
master bushing (Bowl-1, 2 & 3).
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
21 Swivel:
Swivel should be fitted with standard bail, wash
pipe packing assembly, goose neck hose,
connection union for API rotary hose, having 300 T
rated static Load capacity and compatible 182 T
API bearing rating at 100 RPM.
Manufacturer: ______________
Model: ______________
Rated Load: ______________
22 Kelly & Kelly Bushing:
Hexagonal Kelly of 5 1/4” and 3 1/2” sizes (OD)
having 40’ length along with pin insert Kelly
bushing compatible with master bushing.-One each
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
23 Kelly Spinner:
One Kelly spinner, air operated with all standard
rig up accessories for installation. The spinner is to
be compatible for left and right rotation.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
24 Kelly Cock:
Upper Kelly Cock, minimum 5000 psi WP, having
LH regular thread connections compatible with
swivel and Kelly. –One No.
Lower Kelly Cock, minimum 5000 psi WP, having
4 1/2” IF Box RH x 4 1/2” IF Pin RH.-Two Nos.
Kelly Cock (Upper):
Manufacturer: ______________
Size: ______________
Rating: ______________
Kelly Cock (Lower):
Manufacturer: ______________
Size: ______________
Rating: ______________
87
25 Kelly Saver Sub:
Kelly Saver Sub compatible to Kelly and drill pipe
connections to be provided.
Kelly Saver Sub:
Manufacturer: ______________
Size: ______________
Rating: ______________
26 BOP Handling System:
Suitable BOP handling system with chain & pulley
block and platform or BOP trolley to be provided
to handle BOP
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
27 Dog House:
Dog house is to be mounted on three-runner skid.
Dog house to include standard fittings and
arrangements for installation of drilling recorder,
other instrumentation and tool box.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
28 Mud Pumps:
Two numbers of Triplex mud pumps of rated 1600
input HP each minimum, driven by suitably rated
independent drive electrical motors with single
skid, having spark arrestors and remote shut-off
(from driller console), complete with cooling
system are to be equipped with following :
i) Suitable Super Charging system mounted
on a separate skid / same skid,
connected to the suction tank. Suction
and discharge lines are to be equipped
with butterfly valves.
ii) Suitable oil lubricating system for pump.
iii) Liner flushing / cooling system.
iv) Pulsation dampener to be provided.
v) Full flow shear / reset type pressure relief
valve.
vi) Suction pulsation dampener.
vii) Jib crane with trolley and hand hoist.
viii) 5000 psi Pressure Gauge preferably
Martin Decker on discharge line.
ix) Hydraulic valve seat puller assembly.
Details Mud
Pump-1
Mud
Pump-2
i) Make
ii) Model
iii) Input BHP
iv) Available Liner and
Piston sizes in Inch
v) Discharge (GPM) as per
Liner Size(s)
vi) Max. Pressure (psi), as
per liner Size(s)
vii) Details of Pulsation
Dampeners
viii) Details of
Supercharger Pumps
ix) Provision of Suction
Strainer and
Dampeners
29 Mud Discharge System:
One discharge manifold of 5000 psi WP, two
parallel mud lines / single mud line between mud
pump discharge manifold and mud stand pipe
manifold complete with all necessary piping,
unions and connections.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
30 Mud Standpipe Manifold: The offered equipment is in line with the required
88
Suitable standpipe manifold with valves & pressure
gauges having pressure rating 5000 psi WP is to be
provided.
technical specifications of the rig.
Yes/ No
31 Rotary and Vibrating Hoses:
2 nos. rotary hoses 3 ½” ID x 55’ long, 5000 psi
WP and 2 nos. vibrating hoses 3 ½” ID x 12’ long,
5000 psi WP with suitable size hammer union
connections and safety clamps.
Rotary Hose Details:
Nos._____, Size_______, Length ________
Pressure Rating_______, Make ________,
End Connections __________________
Vibrating Hose Details:
Nos._____, Size_______, Length ________
Pressure Rating_______, Make ________,
End Connections __________________
32 Mud Handling System:
i) Active Mud Tanks: Three tank mud system
(Shaker tank, intermediate tank and suction
tank, each with suitable compartment) with
about 120 cubic meters active volume with
mud ditches and weir gates for control of
mud flow. Proper isolation of Mud tanks is
required and all mud tanks should be
equipped with adequate no. of agitators.
ii) Reserve Mud Tanks: Three nos. reserve
mud tanks each having capacity of 45 cubic
meters with provision of mud ditch with
gates, and suction valves with all necessary
piping and dresser couplings, suction valves
and connection for mud and water service.
Each reserve tank should have two
compartments with provision of transfer mud
from active to reserve tank and vice versa
and direct connectivity with hopper and
delivery.
iii) Treatment tank: One tank having capacity
of about 6-8 cubic meters is to be provided.
All the tanks are to be equipped with adequate
mud agitators and mud guns and should be
with suitable clean out gates.
iv) Trip Tank: One Trip tank complete with
Centrifugal pump & Mud Level indicator
readable from Driller’s station, suitably
Mud Tanks:
Mud Tank Active Reserve
Use
Dimension
Volume
Agitator Yes
/ No
Yes
/ No
Yes
/ No
Ye
s /
N
o
Ye
s /
N
o
Y
e
s
/
N
o
Mud Guns Yes
/ No
Yes
/ No
Yes
/ No
Y
e
s
/
N
o
Ye
s /
No
Y
e
s
/
N
o
All mud tanks are provided with Drill water, and
Diesel Supply Lines
Yes / No
Treatment Tanks: Capacity: _________bbls.
Trip Tank:
Volume: ___________ bbls.
Sensitivity: ___________ bbls.
89
calibrated. (Capacity-10 m3)
v) All mud tanks are to be provided with Drill
water & Diesel supply lines (optional).
Trip tank complete with Centrifugal pump & Mud
Level indicator readable from Driller’s station.
Yes/ No
33 Mud Mixing System:
i) Two nos. of low-pressure hoppers with
necessary pipelines, valves of pumps
suction and discharges from / to suction
and treatment tank with suitable motors.
ii) Jet Shearing Device
iii) Slug Tank – 2 nos. (one with suction tank &
another with reserve tank 1) Tank Volume
one third of the total tank volume iv) Suitable transfer pumps.
Details of Mud Mixing System
a) Hoppers
Qty: _______________
Size: _______________
b) Jet Shearing Device (provide Details)
c) Slug Pit: __________ bbls.
d) Provision of Transfer Pumps: Yes/No
34
Linear Motion Shale Shaker :-
i) 2 nos Dual tandem Linear Motion Shale
Shakers of Brandt / Derrick / Kemtron/ MI
Swaco/ NOV make only with scalping
arrangement having total capacity of 1000
GPM are to be provided with the rig with
suitable motor and screen sizes.
ii) Screen Washer :
High pressure low volume water spray
system.
iii) Linear Motion Mud Cleaner: Capacity
1000 GPM of Brandt / Derrick / Kemtron/
MI Swaco or equivalent make only.
iv) Degasser (Horizontal / Vertical Type):
One vacuum type degasser
(Horizontal/Vertical Type) of Brandt /
Derrick / Kemtron/MI Swaco/ NOV only
for handling 1000 GPM gas cut mud.
v) Mud Gas Separator (Vertical Type):
Multi inner baffles system complete with
perforated plates.
vi) Centrifuge:
Linear Motion Shale Shakers:
Make.___________
Model___________
Capacity___________
Make.___________
Model___________
Capacity___________
The above shale shakers will be provided with
replacement screens with 20-120 mesh size.
Yes/No
Screen Washer:
High Pressure Low Volume Water Spray System
: Yes/No
Linear Motion Mud Cleaner:
Make.___________
Model___________
Capacity___________
Screen size shall be in the range 120-225
90
300-350 GPM capacity, Brandt / Derrick /
Kemtron/ MI Swaco/ or equivalent make:
01 no.
vii) Jet Shearing Device:
Brandt/Derrick/ Kemtron/ MI Swaco or
equivalent make:1 No.
Degasser :
Make.___________
Model___________
Capacity___________
Mud Gas separator : (poor-boy degasser)
Make.___________
Model___________
Capacity___________
35 Desander :
Brandt / Derrick / Kemtron/ MI Swaco or
equivalent make only. Two (2) / Three (3) cones
unit with minimum 800 GPM with suitable feed
pump driven by electric motor with sufficient spare
cones.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
36 Prime Mover & Transmission:
The rig should be equipped with suitable prime
movers & transmission.
Prime Mover:
Make.___________
Model___________
Capacity___________
HP for each engine___________
No. Of Engines : ___________
Transmission:
Make.___________
Model___________
Capacity___________
37 Electrical & lighting system:
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Generator:
Two no(s) Generator of minimum 380 KVA, 3
Phase-415V, 50Hz, complete with acoustic
enclosure designed as per GPCB guidelines. The
complete DG set along with control panel with
incoming circuit breaker of suitable capacity
having all metering, indication, energy meter.
Provision of Neutral Grounding Resistance (NGR)
to minimize the fault current below 750ma as per
IE Rule 116.( a statuary requirement)
Make.___________
Model___________
Capacity___________
Motor Control Center: AC Motor Control Center, 415 Volt, 3 phase, 50
Hz with 800 Amp (50 KA) bus bars with incoming
breaker (ACB) draw out type including O/C, E/F
relays.
All motor feeders shall have ELR.
All motors DOL starters/ Push Button, Junction
boxes, distribution boxes installed in zone-I &
Zone-II shall have DGMS approval along with
valid certificate.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
91
Distribution Section: The power to the starters will be distributed
through 3 pole circuit breakers (MCCBS) of
different ratings as per the capacities of motors.
The panel should also have provision of spare
switches for starters as well as rig floor panel,
utility house lighting, area lighting and control
room lighting etc. as required.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
1. Lighting Fixtures and System: Appropriate
lighting fixtures and provision of adequate light in
all areas like mast and racking system, catwalk,
substructure, mud tanks, mud pump, etc. to be
provided with the rig.
* Power supply to the lighting feeder shall be
220v Phase to Phase.
* All lighting and electrical fixtures installation
shall be as per DGMS rules and regulations.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
i) Appropriate AC Power, Control and Cable
wiring to be provided to meet the
requirement of rig equipment.
All cable entry shall be protected by DC cable
gland.
All cables shall be EPR insulated trailing copper
cables.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
ii) Rig Floor Control Panel: Control panel for rig lighting having CBS (3 Poles-
MCCBS) with 10 outlets complete with individual
matching plug for termination of cables as required.
In dog House & at Rig Floor all distribution
control panel, plug and socket, lighting fixtures etc
shall be FLP & DGMS approved
Emergency shut-off system at driller console in
functional condition (A statuary requirement).
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
iii) Earthing for all electrical equipments and
gadgets to be provided as per standard
practices.
* All equipments, motors, PBS, DOL, DB, bunk
houses, & metallic structures installed in mines
shall be earthed as per IS: 3043 & OISD-216 with
suitable size earth conductors.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
iv) Rig Aviation Light to be provided at the
top of the rig mast as per standard
practices.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
v) All rig Electrical crew members including
chief electrician shall have, Electrical
supervisory certificate for working on
415V AC system & Supervisory
Certificate for mines issued by state
licensing board, (A statuary requirement).
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
92
vi) Following tools shall be made available
for electrical job but not limited to:
a) Multi-meter
b) Earth Tester
c) Tong Tester
d) Electrical tool box\
e) Insulated Hand Glows
f) Lux-meter
g) Tacho-meter
h) FLP Torch
i) Fuse Puller
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
vii) Bidder to Ensure:
a) Bidder to ensure filing of Mines log sheet
as IE Rule-131
b) Lock-out permit system.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
viii) Display of following
a) SLD
b) Cable lay-out & Earthing drawing
c) Hazardous area classification
d) Electrical Shock-treatment chart.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
ix) Provision of 01 No. 63 KVA DG SET for
Emergency Requirement.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
38 Utility Items:
i) One no. cold start compressor:
Cold start portable compressor package or
equivalent which should include:-
Compressor with constant speed control, inlet
filters / silencer, intercooler and relief valve with
the following features:
Actual delivery - 36 CFM
Rated Pressure - 150 psi or matching with
requirement of rig equipments.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
ii) One electrical motor driven compressor
and two mechanical compressor as per
specification given below:
Air Delivery : Minimum 175 CFM for Electrical
Air Delivery : Minimum 300 CFM for Mechanical
Working Pressure: 150 psi or matching with
requirement of rig equipments.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
iii) MCC / Air Compressor / Air Receiver
House: Utility house mounted on two
runner skid with sufficient room for
electric air compressor, mechanical air
compressor & MCC.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
93
iv) Air Receiver Tanks :
a) One Vertical / Horizontal Air Receiver
with 150 M3 capacity, 150 PSI working
pressure.
b) One Vertical / horizontal Air Receiver
with 10 M3 cu. ft capacity, 150 PSI
working pressure. Complete set of air
reservoir with piping, fittings and hoses
from compressor to Air Receivers and on
to all air operated controls and related
equipment shall be sufficient to all the
compressed air requirement of the drilling
rig.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
a) Make.___________
Model___________
Capacity___________
b) Make.___________
Model___________
Capacity___________
v) Air Dryer:
Regeneration type air drier unit with following
specification:
Air Pressure: 175 PSIG
Capacity: 100 CFM
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
39 Hydraulic Supply Package:
2 pumps, each having a capacity of 40 GPM at
2000 psi. Each pump to have sufficient capacity to
operate complete rig hydraulic system. One 150
gallon hydraulic tank to be mounted at front of
carrier complete with oil level gauge, oil
temperature gauge, filter cap, breather and dip
stick.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
40 Water System :
i) Water tank of 80 cubic meter capacity,
with open top, mounted on a three runners
oilfield type heavy duty skid with porch
extension for mounting centrifugal water
pump.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Tank Capacity___________
ii) Two centrifugal pumps driven by 10 HP
explosion proof electric motor complete
with all valves, pipings fittings etc. for
supplying water to all required points.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
No. of Pumps___________
Capacity of each pump___________
iii) Drill water filter system along with
complete accessories & fittings, pumps,
motors etc.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Note: Adequate water arrangements for the operations including emergency requirements and
consumption shall be the responsibility of the Contractor
94
41 Fuel System:
i) Two numbers of Fuel tanks of approx. 75
cu. m. capacity. Saddle mounted at
four placed on three runner oilfield
type heavy duty skid. It should have
four feet porch extension for
mounting two (2) fuel pumps.
ii) Pre-filter: 3 plated filter elements each
rated to remove solids to 5 microns.
iii) Coalescer: Two coalescer elements and 2
separator elements.
Note: Permits and arrangement for use of fuel etc.
shall be the sole responsibility of the Contractor.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
42 Drilling Equipment / Tools (Serviceable):
Tubular Goods:
All tubular goods should be as per API
Specification 7.
i) Drill Pipe:
5” D/pipe, range-II, G grade, 19.5 ppf, 4 ½” IF
Conn., Class-1 or Premium class – 3000 m.
3 ½” D/pipe, range-II, G Grade, 13.3 ppf, 3 ½” IF
Conn., Class-1 or Premium class – 3000 m
2 7/8” D/Pipe, range-II, ‘G’ grade – 3000 m
Drill Pipe (note if hard banded) :
Amount _________________
Size OD _________________
Size ID _________________
Wt. ppf _________________
Grade _________________
Condition _________________
Range _________________
Tool Joint Size _________________
Tool Joint Wt. _________________
ii) Drill collar:
a) 8” D/Collar, 2-13/16” ID, 6-5/8” Reg.
Conn., Range-II, Spiral grooved with
recess for Elevator and Slip (222.7 kg/m)
– 12 singles.
b) 6 ½” D/Collar, 2-13/16” ID, Range-II,
Spiral grooved, 4 ½” IF / 4” IF Conn. with
recess for Elevator and Slip (136 kg/m) –
24 singles.
c) 4 ¾” D/Collar, 2-1/4” ID, Range-II, Spiral
grooved, 3 ½” IF Conn. with recess for
Elevator and Slip (69.7 Kg/m) – 10 singles
d) 3 1/2” D/Collar, with suitable PUP joint –
10 singles
All the above Drill Collars will be Class-I or
Premium Class.
Drill Collar:
Amount _________________
Size OD _________________
Size ID _________________
Wt. ppf _________________
Grade _________________
Condition _________________
Range _________________
Tool Joint Size _________________
Tool Joint Wt. _________________
iii) Heavy Weight D/Pipe:
5” HWDP, 3” ID, Range-II, (73.5 kg/m) – 24
singles.
Heavy Wt. D/Pipe:
Amount ________________
Size OD ________________
Size ID ________________
Wt. ppf ________________
Grade ________________
Condition ________________
Range ________________
Tool Joint Size ________________
Tool Joint Wt. ________________
95
iv) Drilling Jar: Bowen / Griffith /
Weatherford / Smith.
a) 8”/7 ¾” OD Drilling Jar for 12 ¼” hole
section. – 1 each.
b) 6 ½” /6 ¼” OD Drilling Jar for 8 ½” hole
section- 1 each.
c) 4 ¾” OD Drilling Jar for 6” hole- 1 each.
Connections should be compatible with the
contractor’s drill string.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
v) Cross Overs:
All the required substitutes for 17 1/2”, 12 1/4”,
8 1/2” & 6” size bits and for drill String members
shall be provided with the Rig – adequate no. each.
Bidder to give detailed list of cross overs and to
confirm categorically to provide all cross over
subs matching with the drill string, fishing tools
and supplied equipments and for bits as per
casing policy to be used.
vi) Safety Valve:
Full opening Safety Valve 5000 psi rating
compatible with tubular connection shall be
provided.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
vii) Stabilizers: One near bit and two string stabilizers (Integral
blade type) for 17 ½”, 12 ¼”and 8 ½” size.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
viii) Core Barrel: One no. 6 ¼” /6 ¾” X 4” X 30 Ft. Core Barrel
CHRISTENSEN / REED-HYCALOG
/HALLIBURTON make complete with all
accessories, handling tools & stabilizer with
adequate no. of inner fiber core barrel along with
necessary cutter, end caps and clamps and
compatible core bit for soft and hard formation.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
Make.___________
Model___________
Capacity___________
43 Rig Floor Handling Equipment (Serviceable): Handling Tools (provide details of each tool)
i) Elevator (Drill String):
Drill Pipe Elevators:
a) 5” D/Pipe Elevator, 250 T, 150 T- 2 nos. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
b) 3 ½” D/pipe Elevator 150 T – 2 nos. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
c) 2 7/8” D/Pipe Elevator, 100 T- 2 nos. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
Drill Collar Elevators:
d) 8” D/collar Elevator, 100 T- 2 nos. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
e) 6½” D/Collar Elevator, 100 T- 2 nos. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
f) 4 ¾” D/Collar Elevator, 100 T – 2 nos
Size_________, Make _______
Model _________, Capacity __________
96
Last inspection _________by___________
ii) Elevator (Casing):
a) 13 3/8” Casing Elevator, 200T -2 nos.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
b) 9 5/8” Casing Elevator, 250T-2 nos.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
c) 7” Casing Elevator, 250T- 2 nos.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
d) 5½” Casing Elevator, 200T- 2 nos.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
iii) One number single joint elevator each for
13 3/8”, 9 5/8”, and 7” / 5 1/2" Casing.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
iv) Rotary Slip:
Rotary Slip suitable for Tubular sizes – 2 nos. each
a) 5” D/Pipe Slip.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
b) 3 ½” D/pipe Slip.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
c) 2 7/8” D/Pipe Slip.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
d) 8” D/Collar Slip.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
e) 6 ½” D/Collar Slip.
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
f) 4 ¾” D/Collar Slip
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
v) Casing Slip:
Casing Slips suitable for casing sizes – two nos.
each
a) 13 3/8” Casing Slip. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
b) 9 5/8” Casing Slip. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
c) 7” Casing Slip. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
d) 5 1/2” Casing Slip. Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
vi) Safety Clamp for D/Collar: The offered equipment is in line with the required
97
Safety Clamp for 8” D/C - 01 no.
Safety Clamp for 6 ½” D/C - 01 no.
Safety Clamp for 4 3/4" D/C - 01 no.
technical specifications of the rig.
Yes/ No
vii) Power Tong:
a) Rotary Tong type DB for D/Pipe, D/Collar
and Casing pipes of all sizes, complete
with jaws for each size, along with lug jaw
assembly of 8” – 11 ¼” and 11 ¾” -14
3/8”-1 set
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
b) Rotary Tong for 2 3/8” – 3 ½” for EUE
tubing.-1 set
Size_________, Make _______
Model _________, Capacity __________
Last inspection _________by___________
viii) Casing Tong :
Hydraulic casing tong (5” – 20”) with sets of jaws
for 5”, 5 ½”, 7”, 9 5/8” , 13 3/8” and 20” – 1 set.
Size_________, Make _______
Model _________, Range __________
Last inspection _________by___________
ix) Bit Breaker:
Bit Breaker for 17 ½”, 12 ¼”, 8 ½” & 6” Bit -1 no.
each.
Bit Breaker adapter plate - 1 no.
Bidder confirms to provide.
Yes / No
x) Bit Gauge:
Bit gauge for 17 ½”, 12 ¼”, 8 ½” & 6” Bit -1 no.
each
Bidder confirms to provide.
Yes / No
xi) Circulating Head:
Circulating heads for 5” D/Pipe, 3 ½” D/pipe, 2
7/8” D/Pipe, 13-3/8” Casing, 9-5/8” Casing, 7”
Casing & 5 ½” Casing – 1no. each
Size_________,
Connection _______
xii) Mud Saver Basket:
Mud Saver Basket for 5”, 3 ½” and 2 7/8” D/Pipes
– 1 no. each
Or
Mud Saver Basket with different rubber sizes for
5”, 3 ½” and 2 7/8” D/Pipes.
Bidder confirms to provide.
Yes / No
xiii) Spinning Wrench:
Pneumatic / Hydraulic Pipe Spinning Wrench for
5” / 3 ½” / 2 7/8” Pipes with right & left hand
rotation, complete with all accessories – 1 set.
The offered equipment is in line with the required
technical specifications of the rig.
Yes/ No
xiv) Casing drift Gauge:
Casing drift gauges as per API Standards for
13 3/8”, 9 5/8”, 7” & 5 ½” Casing size of
commonly used weight would be provided.
Bidder confirms to provide.
Yes / No
xv) Lifting sub for Drill Collars in adequate
quantity
Bidder confirms to provide.
Yes / No
xvi) All Tubing Handling Tools for 2 3/8” – 5½”
size range.
Bidder confirms to provide.
Yes / No
Casing Handling Tools:
Casing Size
Sin
gle
Ele
vato
r
Side door
Elevator Slips
T
o
n
g
s
98
13-3/8" Csg
9-5/8 Csg
7" Csg
7” XL
5 ½" Csg
44 Fishing Tools:
Fishing Tools must be of any of the following
makes: National Oil Well (BOWEN / GRIFFITH),
Weatherford, Smith Intl. or Baker Oil Tools make
Details of Fishing tools should be provided for
Contractor’s tubulars for various hole sizes.
i) Over Shot: Releasing and circulating type overshot
complete with all standard accessories for
various hole sizes 17 ½”, 12 ¼”, 8 ½” &
6” and inside 7”/5 ½” casing. All sizes
grapples should be available for
contractor’s drill string.
Bidder confirms to provide.
Yes / No
ii) Reverse Circulating Junk Basket:
Reverse Circulating Junk Basket complete
with all accessories for 17 ½”, 12 ¼”, 8
1/2” hole sizes.
Bidder confirms to provide.
Yes / No
iii) Junk Sub: Junk Sub for operation in 17 ½”, 12 ¼”, 8
1/2” hole sizes.
Bidder confirms to provide.
Yes / No
iv) Fishing Jar and Bumper Sub For 12 ¼”, 8 1/2”, 6” hole – 1 nos each.
Bidder confirms to provide.
Yes / No
v) Fishing Magnet:
Fishing Magnets – 10 1/2”, 7” & 5” size
for hole sizes 12 1/4”, 8 1/2”
respectively.
Bidder confirms to provide.
Yes / No
vi) Impression Block: Impression Block’ of
OD 12”, 8” & 5½”.
Bidder confirms to provide.
Yes / No
vii) Other Fishing Tools: Other Fishing Tools compatible to hole
size like surface Jar, Fishing jar, Bumper
Sub, Spear, Rotary Taper Tape etc. shall
be provided. Sufficient quantity of
ITCOLOY, TINNING ROD & BRAZING
FLUX to be kept in stock to dress worn
out mill or shoe as and when required.
Bidder confirms to provide.
Yes / No
viii) Safety Joint: To suit different fishing tools. – 1 set each.
Bidder confirms to provide.
Yes / No
ix) Junk Mill: For use in 12 ¼”, 8 ½” and 5 ½” hole. – 1
each.
Bidder confirms to provide.
Yes / No
45 BOP Equipment:
BOPs must be of HYDRIL, CAMERON OR NOV
(SHAFFER) / WOM /T3 make only. BOPs of any
other make will not be acceptable
Blow out Preventer stack:
Bidder to provide complete BOP stack Diagram
and details
Siz
e
Mak
e. &
Type
Rat
ing P
SI
Res
ponse
Tim
e
Gal
lons
to
close
Gal
lons
to
open
Clo
sing R
atio
Open
ing R
atio
99
a) Annular Blow Out Preventer:
Annular BOP 13 5/8” X 5000 psi working pressure
including all standard accessories.
Bidder confirms to provide.
Yes / No
b) Ram Type Blow out Preventer: Double Ram type BOP, 13/5/8” x 5000 psi working
pressure, hydraulically operated with manual
locking systems, fitted with 1 set of 5” pipe rams in
bottom cavity and 1 set of blind or blind / shear ram
in top cavity, two 5000 psi working pressure top
and two 5000 psi working pressure bottom side
outlets (4 1/16”, 5000 psi WP including all
standards accessories. Ram assemblies for casing
size 9 5/8″, 7” and 5 1/2”. One set Ram assembly
for 5” Drill Pipe size.
Bidder confirms to provide.
Yes / No
c) One no. double Ram BOP 7 1/16” – 5000
psi WP complete with 3 ½” & 2 7/8”
D/Pipe Ram assemblies
Bidder confirms to provide.
Yes / No
d) Kill Valves at BOP stack & Kill
manifold:
4-1/16” x 5000 psi Working Pressure,
hydraulically operated gate complete with manual
override (HCR)
Bidder confirms to provide.
Yes / No
e) 2 1/6” 5000 psi WP Valve junction
inclusive of one 2 1/16”-5000 psi WP
Check valve for kill manifold-1 No
Bidder confirms to provide.
Yes / No
f) Drilling Spool: 13-5/8” flanged ended with two flange side outlets
4 1/16” 5000 psi WP – 1 No.
Bidder confirms to provide.
Yes / No
g) Adapter Spool: Double studded adapter flange 13-5/8” – 3000 to 13
5/8” – 5000 psi WP, complete with nuts to match
BOP stack & well head – 1 No. Double studded
adapter flange 11” – 5000 psi to 13 5/8” – 5000 psi
WP, complete with nuts to match BOP stack & well
head – 1 No.
Bidder confirms to provide.
Yes / No
h) Choke valves at BOP Stack: 4 1/16” – 5000 PSI WP, hydraulically operated gate
valve complete with manual override – (HCR
Valve) 1 No.
4 1/16” – 5000 psi WP, manually operated gate
valve – 1 No.
Bidder confirms to provide.
Yes / No
i) BOP Accumulator Unit: M-80 Sara Koomy make BOP Accumulator unit or
equivalent model of Shaffer / Stewart Stevenson /
ABB, skid mounted, 3000 psi WP, consisting of :
Separator type accumulators: 20 Nos.
One (1) triplex plunger pump, driven by electric
motor, pump capacity will meet API requirement
and standard industry practice.
Air operated pumps (3 nos.) to operate
with maximum air supply capacity air will
meet API requirements and standard
Bidder confirms to provide.
Yes / No
100
industry practice.
BOP fluid reservoir.
Pressure relief valve
Manifold for operating the following BOP
stack functions, complete in assembly:
Annular BOP
Upper Ram BOP
Lower Ram BOP
Hydraulically operated valves
Remote air operated control panel for
operating the unit from the drill floor as
well as from tool pusher room, complete
with the all standard accessories, air hose,
handle, junction boxes etc.
Accumulator bladders charging and
gauging assembly. Necessary high
pressure hoses and chicksen piping to
connect accumulator unit to the BOP
stack.
j) Choke & Kill Manifold: Choke & Kill manifold assembly 4 1/16”-5000 psi
WP, with :
One remotely operated hydraulic choke
with position indicator, 5000 psi WP or
above
One manually adjustable choke 5,000 psi
WP
Gate valve, block crosses, tees, pressure
gauges & Transmitters as necessary
Other Accessories.
Bidder confirms to provide.
Yes / No
k) BOP Test Stump:
One number Test Stump of 5M rating.
Bidder confirms to provide.
Yes / No
l) BOP Testing Unit:
5M working pressure with recorder.
Bidder confirms to provide.
Yes / No
m) Inside BOP/ Drop in Check Valve: One number GRAY or Equivalent make 5” inside
BOP/Drop In Check Valve with 5M W.P for 5” OD
D/P.-One no.
Bidder confirms to provide.
Yes / No
n) Cup Tester:
for 9 5/8” casing (40 to 47 ppf), 7” casing(26 to 29
ppf) and 5 ½” casing (17 to 20 ppf ) with 4 ½” IF
connection
Bidder confirms to provide.
Yes / No
46 Drilling Instruments:
i) Weight Indicator System: Martin Decker
type “E” or equivalent for 50000 – 75000
lbs single line Load complete with sensor
and hose long enough to run from deadline
anchor to Driller’s console
Bidder confirms to provide.
Yes / No
ii) Pump Pressure Gauge System : Console
mounted gauge, 0-350 kg/cm2 (5,000 psi)
complete with diaphragm protector and
high pressure hose to run between stand
Bidder confirms to provide.
Yes / No
101
pipe manifold and driller’s console
iii) Tong torque indicator system: Console
mounted gauge, 0-9050 kgf tong line pull,
complete with Load cylinder sensator and
high pressure hose to run between sensator
and driller’s console
Bidder confirms to provide.
Yes / No
iv) Rotary RPM tachometer / proximity
switch system: Console mounted gauge,
electric, two scales: 0-150 RPM AND 0-
300 RPM or One scale: 0-200 RPM,
electric cable to run between the rotary
and driller’s console
Bidder confirms to provide.
Yes / No
v) Mud pump SPM system for three mud
pumps: Console mounted gauges 0-200
SPM. Electric cable to run between mud
pumps and driller’s console
Bidder confirms to provide.
Yes / No
vi) Driller’s Instrumentation Console: Martin
Decker or equivalent instrumentation
system capable of recording
Hook Load (Tons)
Weight on Bit (Tons)
Penetration rate (Minutes/Meter)
Rotary / Top drive Speed (RPM)
Rotary / Top drive Torque (Kg-m)
Pump / Standpipe Pressure (Kg/cm2)
Mud pump No.1 SPM
Mud pump No.2 SPM
Mud pump No.3 SPM
Total SPM
Total Stroke Counter
Tonne Mile Indication
Tong line pull indication (kgf)
Trip Tank Level/Volume
Active Mud Pit Volume (M3)
Mud Gain / Loss (M3)
Depth of Hole (Meters)
Bit Position (Meters)
Return Mud Flow
Mud Density In / Out
Casing Pressure (Kg/cm2)
HC Gas Sensors
Drilling Parameter Recorder (Minimum 7
Channel) to be provided for continuous
recording of the above mentioned
parameters.
Advanced integrated drilling instrumentation
system like DS-2000 or Mud watch which are
computer based with digital read to be provided for
online monitoring at the base office and Company
man office.
One Monitor along with Printer to be provided at
Company man Bunk House for continuous
monitoring of the above mentioned drilling
Bidder confirms to provide.
Yes / No
102
parameters and taking record-o- graph printouts.
vii) All provisions required as per DGMS /
GPCB / OISD including Audio Visual
General Alarm System to be provided
along with Public Address System.
Bidder confirms to provide.
Yes / No
viii) Telephone System: One complete
telephone system for communication
between rig floor and other areas of the rig
to be provided and provision for Internet
connectivity.
Bidder confirms to provide.
Yes / No
ix) Hand held Radios (Intrinsically Safe)
Adequate number (minimum 6) of hand
held intrinsically safe radios to be
provided.
Bidder confirms to provide.
Yes / No
x) Calibrated Pressure Gauges are to be
provided at Stand pipe manifold, Choke
manifold, Discharge of individual mud
pumps.
Bidder confirms to provide.
Yes / No
xi) One number of calibrated Portable Multi
Gas Detector capable of detecting
Hydrocarbon
Bidder confirms to provide.
Yes / No
47 i) Safety Equipment:
Safety Equipment: Necessary and adequate
fire fighting and safety equipment to comply
with requirements of DGMS & OISD for land
drilling rigs and shall include a minimum of
the following:
Bidder confirms to provide.
Yes / No
Type of Area Portable extinguisher
Derrick Floor 2 nos. 10 Kg. DCP
Extinguisher
Main Engine
area
1 no. 10 Kg. DCP
Extinguisher for each
Engine
Electric motor / Pump
For water circulation
For mud preparation
1 no. 10 Kg. DCP
Extinguisher
Mud gunning pump
Area
1 no. 10 Kg. DCP
Extinguisher for each
Mud gunning pumps.
Electric Control Room
(PCR).
1 no. 6.8 Kg CO2
Extinguishers for each
Unit.
1 no. 10 Kg. DCP
Extinguisher for each
unit
Mud mixing tank
Area/chemical lab
1 no. 10 Kg. DCP
Extinguisher
Diesel storage area 1 no. 50 ltrs Mechanical
Foam extinguisher
1 no. 50 Kg. DCP
Extinguisher
2 nos. 10 Kg. DCP
Extinguisher
2 nos. and bucket or ½’
103
sand drum with Spade
Lube storage area 1 no. 10 Kg. DCP
Extinguisher
1 no. sand bucket stand
Air compressor area 1 no. 10 Kg. DCP
Extinguisher
Fire pump area 1 no. 10 Kg. DCP
Extinguisher
DIC office 1 no. Fire Extinguisher
Shed near DIC office
with 3 nos 10 Kg. DCP
Extinguisher and 2 nos.
sand bucket.
Fire Bell near bunk
House
1 no.
Type of Area Portable extinguisher
ii) Fixed fire fighting system as per OISD
Standard 189
Bidder confirms to provide.
Yes / No
iii) Derrickman’s safety equipment: As follows:
Derrickman’s escape device complete with
inertia brake, wireline, anchor, clamps and
of chair type suitable for use for two
persons one by one ( DGMS Approved )
– 1 set
Derrickman’s safety belt – 2 sets
Fall prevention device counter weight
type for climbing assistance for 2 persons
Bidder confirms to provide.
Yes / No
48 Hand Tools:
i) Shift Worker’s Tools: All necessary and complete set of hand tools for
Shift worker’s use to be provided.
Bidder confirms to provide.
Yes / No
ii) Mechanic’s Tools: All necessary and complete set of hand tools
required for general mechanical maintenance of rig
to be provided.
Bidder confirms to provide.
Yes / No
iii) Electrician’s Tools: All necessary and complete set of hand tools
required for general electrical maintenance of rig to
be provided.
Bidder confirms to provide.
Yes / No
iv) Driller’s Tools: All necessary tools for Driller’s / Asst. Drillers use
to be provided.
Bidder confirms to provide.
Yes / No
v) Miscellaneous: Necessary testing and maintenance tools such as:
Slings
Ropes
Block and tackle
Chains
Bidder confirms to provide.
Yes / No
104
Rig washing detergent
Brushes, brooms, rags etc. to be provided.
49
Other Equipment:
i) Welding machine:
Welding Transformer / Welding machine,
diesel engine driven, 300 amp rating
complete with cable, clamps welding rod
holder, welding helmet, chipping hammers
and all associated welding and cutting
apparatus – 1 set
Bidder confirms to provide.
Yes / No
ii) Oxygen-acetylene welding equipment:
Oxygen-acetylene welding equipment
including oxygen and acetylene bottles,
bottle stand, regulators, hoses, brazing and
cutting nozzles, strikers, tip cleaners,
goggles, and tool box for welding
accessories – One set
Bidder confirms to provide.
Yes / No
iii) Rig warehouse skid set– 1set Bidder confirms to provide.
Yes / No
iv) Rig workshop skid – 1set Bidder confirms to provide.
Yes / No
v) Pipe bins:
Pipe bins as required for transportation of
piping spools hoses, equipment, tools etc
during rig move – 1 lot.
Bidder confirms to provide.
Yes / No
vi) Pipe racks:
Pipe racks as required for racking of drill
pipes and casing.
Bidder confirms to provide.
Yes / No
vii) Electric generator unit:
Electric generator unit, portable diesel driven 7.5
KW continuous rating, skid mounted, complete
with all controls and standard accessories – 01 set.
Bidder confirms to provide.
Yes / No
viii) Drilling line spool carrier:
Drilling line spool carrier fitted with motor and
gear box and skid mounted or mounted in
substructure or Drilling line spool fitted in Rig
carrier as per rig design. – 01 no.
Bidder confirms to provide.
Yes / No
ix) Cellar Pump:
Cellar pump, pneumatic / Electrical pump (with
flame proof motor), complete with all necessary
fitting and sufficient hose for section from celler
and discharge into tank or waste pit - 01 set.
Bidder confirms to provide.
Yes / No
x) Bell nipple – 01 no. Bidder confirms to provide.
Yes / No
xi) Bug blower – 2 nos. Bidder confirms to provide.
Yes / No
105
50 Transport Equipment:
i) Crane: Suitable capacity - 01 No.
Note: One additional Crane to be made available at
site during casing lowering operations.
ii) Emergency vehicle: 01 no. with necessary
First-Aid facility and stretcher. Vehicle
should be equipped with vehicle exhaust
spark arrester.
Bidder confirms to provide.
Yes / No
51 Camp Facilities:
DSA: Suitable DSA for contractor’s personnel /
SOGL / third party personnel of SOGL with
medical facility, recreation and office.
DSA & Office requirement of SOGL :
i) A/C office bunk house for company man
as office cum accommodation with Table
chair, Almirah, Attached toilet, Computer,
Printer, Photo copier, Fax, Internet, UPS
and other office facilities.
ii) A/C bunk house having office facility for
Chemist/ Geologist with the same facilities
as mentioned above at Sl. No. – 1
iii) Four bed A/C bunk house for
accommodation of SOGL Officers.-one
iv) All bunk houses are to be provided with
fire fighting and first aid systems.
v) All bunk houses / accommodation shall be
provided with residual current devices to
avoid electrocution & short circuit
Bidder confirms to provide.
Yes / No
52 Casing Policy: (Generalized)
The casing policy to be used will be one of the following:
13 3/8” x 9 5/8”x 5 ½”/7” casing up to surface /liner OR
13 3/8” x 9 5/8” casing up to surface and 7”/5 1/2” liner.
9 5/8”x5 ½”/7 “ casing upto surface/liner
As per well requirement
53 Electrical Portable Top Drive :
(Independent adequate power source)
Hook Load Capacity: - Min. 250 T.
Power: - A.C Motor of suitable rating, non-
sparking, flame proof and suitable for hazardous
locations.
Cooling System: - Motor Cooling System to
operate with ambient temperature of 50 Degree.
Centigrade.
Torque Requirement: Maximum Continuous
Torque – Not Less Than 21,000 ft-lbs. At 100
RPM.
Maximum Torque at maximum speed – Not Less
Than 11,000 ft-lbs.
RPM range – 0-180 (Maximum)
53
ELECTRICAL PORTABLE TOP DRIVE :
(Independent adequate power source)
Hook Load Capacity: - Min. 250 T.
Power: - A.C Motor of suitable rating, non-
sparking, flame proof and suitable for hazardous
Make.___________
Model___________
Rated Load___________
Torque Rating___________
RPM Range___________
106
locations.
Cooling System: - Motor Cooling System to
operate with ambient temperature of 50 Degree.
Centigrade.
Torque Requirement: Maximum Continuous
Torque – Not Less Than 21,000 ft-lbs. At 100
RPM.
Maximum Torque at maximum speed – Not Less
Than 11,000 ft-lbs.
RPM range – 0-180 (Maximum)
107
Appendix – V
(TO BE FILLED IN BY BIDDER FOR OFFERED RIG)
Sr.
No.
Details
1. Contractor:
2. Rig Name:
3. Type & Design:
4. Date of Construction:
5. Drill Unit: Bidder to confirm categorically that all the offered equipments are compatible
with the drilling depth rating of the rig.
i) Depth rating of rig___________ Basis________
ii) Hoisting equipment_______________________
iii) Mast (derrick) Make.________ size___________
Load capacity (Metric Tones or Kilo Pounds)_______ Racking capacity_______
Last Inspection________________ by_________
iv) Draw works : Make.________ Model________ Power__________
v) Hydraulic cat head unit : Make_________ Model_______
vi) Crown Block Make.________ Model________ Capacity_______
vii) Travelling Block Make.______ Model________Capacity_______
viii) Drilling hook : Make._________ Model_________ Capacity__________
ix) Top Drive System – Electrical
Make___________ Model____________ Capacity__________
Torque rating – Continuous __________at___________RPM
Intermittent __________at __________ RPM
Power requirement___________ Power source_________
x) Inside BOP: Rating Upper___________ psi, Lower_________ psi
xi) Pipe Handler details: Make.___________ Model_____________
Tonnage Capacity____________ Torque_____________
6. Drill Pipe Elevators
i) Size ______________, Make ______________, Model______________,
Capacity______________, Last inspection ______________, by ______________
ii) Size ______________, Make ______________, Model______________,
Capacity______________, Last inspection ______________, by ______________
108
iii) Size ______________, Make ______________, Model______________,
Capacity______________, Last inspection ______________, by ______________
7. Elevator Links
i) Size ______________, Make ______________, Model______________,
Capacity______________, Last inspection ______________, by ______________
ii) Size ______________, Make ______________, Model______________,
Capacity______________, Last inspection ______________, by ______________
8. Pipe Rack
a.
b.
9. Drilling line size and type________________
10. Rotating equipment
a. Rotary table: Make.____________, Model __________, size ________
Power __________
b. Swivel: Make.____________, Model __________, size ________
Power __________
c. Kelly: Make.____________, Model __________, size ________
Power __________
d. Kelly Cock (Upper & Lower):
Make.____________, size ________, Rating __________
Make.____________, size ________, Rating __________
11. Drilling instrumentation (list drilling recorders etc installed)
Weight Indicator : Make ___________, Model ________________
Mud Gauge Assembly : Make ___________, Model ________________
Tong Torque Indicating system : Make ___________, Model ________________
Rotary RPM : Make ___________, Model ________________
Rotary Torque : Make ___________, Model ________________
Mud Pump SPM / Tachometer system: Make_________, Model _____________
Pit Volume Totalizer: Make ___________, Model ________________
Pit Volume Indicator: Make ___________, Model ________________
109
Mud Flow Fill: Make ___________, Model ________________
Pen Recorder : to record Hook Load, ROP, Mud Pump Pressure, Rotary Torque, Rotary
RPM, Mud Pump SPM.
12. Circulating System:
a. Mud Pumps
Make. Model HP Available
Liner
Power Discharge Max.
Pressure
1
2
3
Details of Pulsation Dampner
Details of Super Charger Pumps
b. Rotary hose: Nos.______ Size _____ Length___ Pressure Rating ______
c. Mud Storage Tanks
S.N USE Dimensions Volume Agitators Mud Guns
1
2
3
4
5
6
7
i. Trip Tank: (Complete with Centrifugal pump & Mud Level indicator readable
from Driller’s station)
Capacity (bbl) Centrifugal pump details
ii. Slug Pit:
Capacity (bbl) Centrifugal pump details
iii. Chemical Mixing Tanks:
Capacity (bbl) Centrifugal pump details
13. Mud Mixing Equipment
LP Hoppers Qty.:________ Size _______
Jet Shearing Device (provide details) ___________
14. Pit level indicators
110
Pumps: Qty.:_______ Make / Model _________
15. Flow Indicator
16. Linear Motion Mud Cleaner:
Make._______ Model ________ Capacity_________
17. Shale Shakers
Linear Motion Shale Shakers -2 Nos.
Make._______ Model ________ Capacity_________
Make._______ Model ________ Capacity_________
The above shale shakers will be provided with replacement screens with 20 – 250 mesh size.
Screen Washer: High Pressure Low Volume Water Spray System:
18. Degasser: Make._______ Model ________ Capacity_________
19. a) Mud Gas separator : Make._______ Model ________ Capacity_________ (poor-
boy degasser)
b) Centrifuge (Min 300-350 GPM ) : Make._______ Model ________
Capacity_________
c) De-sander capacity of 800 – 1100 G.P.M. : Make._______ Model ________
Capacity_________
20. Power Plant: No. of Engines ______ Make. ________ Model_______ HP______
21. Choke / Kill manifold : Size__________ Rating___________
22. Chokes :
i) Type _______________ Rating __________
ii) Type _______________ Rating __________
iii) Type _______________ Rating __________
iv) Type _______________ Rating __________
23. Bop Stack:
size Make. &
Type
Rating
Psi
Response
Time
Gallons
to Close
Gallons
to Open
Closing
Ratio
Opening
Ratio
24. Available rams (Specify sizes):
25. Kill & Choke Valves (main stack) :
i) Make. & type_________, Size______, Rating________, Hyd.Optd.________
111
ii) Make. & type_________, Size______, Rating________, Hyd.Optd.________
iii) Make. & type_________, Size______, Rating________, Hyd.Optd.________
iv) Make. & type_________, Size______, Rating________, Hyd.Optd.________
26. No. of Side Outlets_________ Location __________
Provide complete BOP stack Diagram.
27. X over spools for BOPs to match 2000 psi, 3000 psi, 5000 psi well head
a)
b)
c)
d)
28. Spacer spool
Size__________ Rating____________ Length_____________
Size___________ Rating____________ Length_____________
29. BOP Handling System
30. a) BOP Control system
Manufacturer:
No. of Accumulator Bottles_______, Make.__________, Type__________
Charge Pr._____ Rated Volume each bottle_____ Usable Volume each bottled___
Total volume to open and close all preventors
Operating Pressure________ Total Volume______ Surplus Volume____%
b) BOP Remote Control Panel Location: Drill Floor______________
Tool Pusher officer______, Other Location____
c) Whether BOP control system meets API regulations:_____________
31. BOP testing equipment & tools
32. Tubular Goods:
Drill Pipe (note if hard banded)
i. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
ii. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
112
iii. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
iv. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
33. Heavy – Weight Drill Pipe
i. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
ii. Nos.___________ Size OD______ ID________ weight ppf_________
Grade___________ Condition ______________ Range__________
Tool Joint_________ Size and Weight_________
34. Drill Collars
i) Nos._________ Size: OD_____ID_____ weight ppf_______
Length_______ Spiral______ Connection________ Condition_______
ii) Nos._________ Size: OD_____ID_____ weight ppf_______
Length_______ Spiral______ Connection________ Condition_______
iii) Nos._________ Size: OD_____ID_____ weight ppf_______
Length_______ Spiral______ Connection________ Condition_______
iv) Nos._________ Size: OD_____ID_____ weight ppf_______
Length_______ Spiral______ Connection________ Condition_______
v) Inspection schedule on all Tubulars, when last inspected and by whom:
____________
35. List of pup joints
36. Lifting Subs :__________________
37. Cross over subs (Detailed list to be submitted)
Confirm categorically to provide all Cross over subs matching to Contractor drill
string, fishing tools, and contractor supplied equipment and for bits as per casing
policy to be used______________
38. Bit Subs ____________________________________
39. Bit Breakers __________________________________
40. Handling Tools (provide details of each tool)
113
Tongs _________________________________
Slips ___________________________________
Drill Collar Elevators _______________________
Safety Clamps____________________________
Pneumatic / Hydraulic Drill Pipe Spinning Wrench ________________________
Confirm providing all required Tubing Handling Tools for 2 3/8” – 5.1/2” size range
_____________
41. Casing Handling Tools:
Casing Size Single Elevator Slips Tongs
For 13-3/8” Casing
For 9-5/8” Casing
For 7” Casing
For 5 1/2”/5” Casing
42. Casing Hydraulic Power Tong ______ Model ________ Size Range________
43. Other Drilling Tools:
i. Handling tools, Stabilizers & all accessories provided
Make ____ Size: OD ____ ID _____ Length_______________
ii. Casing Circulating Heads_______________
44. Kelly Spinner : Make_________ Model___________
45. Deviation Instrument
a. Drift Indicator : Make _______ Range(degrees)______________
b. Wire line winch : Make ______ Wire line size _______ capacity________
46. Inside BOP
i. Make/Model_______ Size: OD______ID________ Connection_________ Pressure
Rating_______ Qty._____
ii. Make/Model_______ Size: OD______ID________ Connection_________ Pressure
Rating_______ Qty._____
47. Welding Gensets, Gas Cutters, Torches and accessories.
Make: ________________________
Model / type: ________________________
All other miscellaneous equipments required for Rig and drilling equipments.
114
48. Rig should be equipped with Detection equipment to detect Combustible & sour gases as per
international practices.
49. Ventilation and Air-conditioning System
50. General Information (if any)
Date__________ Signature of the Bidder_____________
115
ANNEXURE – VI
FORM FOR FURNISHING DECLARATION BY THE IMPORTERS OF RIG AND
ASSOCIATED EQUIPMENT
I/we hereby declare that the rig and associated equipment imported by me/us, as per the details given
below, are in working order and have a minimum residual life of five years.
Description with technical specifications (Technical pamphlets/photographs of the rig and associated
equipment may also be enclosed).
Name of the Manufacturer and country:
Serial no. /other identification mark for the Rig and associated equipment:
Year of Make:
Present conditions of the rig and associated equipment and its residual life:
CIF value of Rig and associated equipment being imported:
I/we hereby declare that the above statement and information are correct to the best of my/our knowledge
and belief.
I/we fully understand that any information furnished above, if proved incorrect or false will render me/us
liable for any penal action or other consequences as may be prescribed in the law or otherwise warranted.
Signature of the Importer :
Name in Block Letter :
Designation :
Full Official Address :
Full Residential Address :
Place :
Date :
116
ANNEXURE – VII
PRICE FORMAT FOR RIG AND ASSOCIATED EQUIPMENT
Sr. No. Activity Price in INR / USD
1.0
Mobilisation charges (Lumpsum)
2.0 Day Rate charges (With Top Drive)
i) Operating rate (R1)
ii) Standby rate (R2)
3.0 Meter Rate charges (With Top Drive)
i) 17 ½ hole (M1)
ii) 12 ¼ hole (M2)
iii) 8 ½ hole (M3)
4.0 Inter location move charges for 1 move
i) For 1 move of < 10 km (Lump sum)
ii) Movement > 10Km (Rate per km)
5.0 Demobilisation charges (Lump sum)
6.0 1.0 Bidders must indicate the following in the
price bids :
a) Value of the rig and equipment
intended to be imported.
b) Total value of the rig and
equipment.
Note: Arrangement of Diesel for the operations is the sole responsibility of the Contractor.
7.0 Rate per man day for each category of personnel for additional deployment or short deployment.
Sr.
No.
Category of Personnel Price in INR / USD
a) Rig Coordinator (at Base)
b) Rig Superintendent
c) Tool pusher
d) Tour pusher
e) Driller
f) Assistant Driller
g) Chief Mechanic
h) Chief Electrician
i) Derrick man
j) Floor man
117
k) Mechanic
l) Electrician
m) Welder
n) Roustabout / Unskilled labour
o) Crane Operator
p) Driver
q) Medical
r) Communication operator
s) Mud engineer
t) Cementing operator
u) Cementing technician
v) Cementing engineer(on call)
Sr.
No.
Rate for extra boarding and lodging. Price in INR / USD
i) Rate for breakfast
ii) Rate for Refreshments (Soft Drinks / Tea / Coffee /
Snacks, etc.)
iii) Rate for lunch/Dinner
iv) Rate for lodging per day
118
ANNEXURE – VIII
OUTLINE OF DRILLING PROGRAMME
Location : Exploratory blocks of SOGL
Area : Ahmedabad / Mehsana / Gandhinagar districts
Gujarat State
Country : India
Tentative Target depth : 1500m / 2000 m
Tentative Casing programme :
Depth Hole Size Casing Size
0-400m 17 1/2" 13 3/8"
400 -1400m 12 1/4" 9 5/8"
1400-2000m 8 ½” 7” / 5 ½”
* TENTATIVE MUD PARAMETERS: -
Depth Range
(m) Sp. Gr.
Viscosity
(cp)
Gel10,
(Secs)
W/L API
(cc) pH
Sand (%)
0 – 400 1.04 – 1.05 40 – 42 - No Control 9.5 < 2
400 – 1000 1.05 – 1.12 40 – 45 50 – 55 4 – 6 9.5 < 2
1000 – 1400 1.12 – 1.13 40 – 45 50 – 55 2– 4 9.5 < 1
1400 – 2000 1.13 - 1.20 45 – 50 55 – 60 2 – 4 9.5 < 1
* The above casing programme is tentative and subject to change based on Company’s requirement.
* Mud parameters may vary depending upon well conditions and well locations.
119
ANNEXURE – IX
1.0 CONTRACTOR’S PERSONNEL
1.1.1 The Contractor shall deploy the following minimum personnel for the drilling units as per details
below. However with advanced automated rigs, SOGL may consider changed manpower
requirement based on justification.
(b) KEY PERSONNEL
DESIGNATION
Day Shift
Night Shift
Experience in
respective categories
with reputed oil
companies
Project coordinator
(Station at base
office Ahmedabad)
General Shift
10 Years
Rig Manager/
Superintendent
General Shift
10 Years
Tool Pusher 1 0 5 Years
Tour Pusher 0 1 5 Years
Driller 1 1 5 Years
Assistant Driller 1 1 3 Years
Chief Mechanic General Shift
3 Years
Chief Electrician General Shift
3 Years
(c) OTHER PERSONNEL
DESIGNATION Day Shift Night Shift
Derrick Man 2 2
Floor Man 4 4
Mechanic 1 1
Electrician 1 1
120
Welder 1 1
Roustabout/
Unskilled labour
4 4
Crane Operator 1 1
Driver 1 1
Medical (MBBS) General Shift
Communication
Operator 1
1
Safety Officer General Shift
Security 1 1
Contractor can deploy more personnel at his cost to do the job efficiently at his own initiative.
121
ANNEXURE – X
PRICE EVALUATION FORMAT 1: DAY RATE BASIS
Evaluation will be made on the basis of formula given as under:
Sr. No. Activity Symbol Price in INR / USD
a)
Mobilisation charges (Lumpsum) A
b) Day Rate charges
iii) Operating rate :R1 x 20 day
B1
iv) Standby rate :R2 x 10 day
B2
c) Inter location move charges for 1 move
iii) For 1 move of < 10 km
C1
iv) Movement > 10Km (Rate per km)
C2
d) Demobilisation charges (Lumpsum)
D
e) Other Loading as per clause - 6.0 of BEC
E
TOTAL (A+B1+B2+C1+C2+D+E)
Rs. / USD:
Amount in Words:
122
PRICE EVALUATION FORMAT
2: METER RATE BASIS
Evaluation will be made on the basis of formula given as under:
Sr. No. Activity Symbol Price in INR / USD
a)
Mobilisation charges (Lumpsum) A
b) Day Rate charges
i) Operating rate :R1 x 01 day
B1
ii) Standby rate :R2 x 01 day
B2
c) Meter Rate charges
iv) 17 ½ hole: M1 x 400 Mts./well
C1
v) 12 ¼ hole: M1 x 1000 Mts./well
C2
vi) 8 ½ hole: M2 x 1100 Mts./well
C3
d) Inter location move charges for 1 move
i) For 1 move of < 10 km
D1
ii) Movement > 10Km (Rate per km)
D2
e) Demobilisation charges (Lumpsum)
E
f) Other Loading as per clause - 6.0 of BEC
F
TOTAL (A+B1+B2+C1+C2++C3+D1+D2+E+F)
Rs. / USD:
Amount in Words:
123
ANNEXURE – XI
BEC Compliance Matrix
The following matrix should be filled by the bidder and submitted along with the un-priced bid.
S.No. Action Yes No Page
No.
Remarks
1. Experience in field of Onshore Drilling of
Oil and Gas wells
2. Experience of at least on 750 HP or
higher capacity rig with Top drive
facility, with supporting documents
3. A minimum experience of five years in
drilling and drilling of five
exploratory/development wells of 2000
m depth.
4. Copy of MOU / Agreement in case of
Joint Venture / Collaboration clearly
indicating Scope of Work
5. In case of Indian Bidder who does not
meet the drilling experience
requirement, Application for necessary
Government’s clearance for foreign
collaborator/Joint Venture partner
having requisite drilling experience
6. Power of Attorney and Authorization
letter for signing authority
7. Experience of the Crew Personnel
vide Annexure IX, (alongwith valid IADC
/ IWCF certificate)
8. Contractor shall furnish and maintain at
its cost all items specified in Annexure –
III
9. List of complete mobile Drilling Rig
with trucking equipment as per Annexure
– V
10. Form for furnishing Declaration by the
Importers of Rig and Associated
Equipment, Annexure – VI
11. Acceptance of Outline of Drilling
Programme, Annexure VIII
12. List of all insurances for equipment,
personnel and vehicles, which will be
provided during the period of Contract.
13. Confirmation of Bidder’s insurances are
valid for operations in India
14. The certificate clearly indicating the
residual life of all critical items,
particularly of Mast & Sub-structure,
Engines, Draw works, Rotating system,
Mud pumps (preferably not older than 5
years), Tackle system and BOP’s
15. Documentary evidence to establish the
ownership of the drilling unit
124
16. In case the bidder is going to buy or lease
the drilling unit, a copy of valid agreement
between Manufacture or the owner
17. Details of Technical experience
18. Details of Technical and Commercial
Strength (Financial last 3 years)
19. Information regarding any current
litigation
20. Confirmation accepting liability for all
taxes and duties
21. Details of Current areas of operation
22. Details of Project Management
Experience in last 5 years
23. Project completion Certificates including
Gantt charts
24. EMD / Bid Bond (Bank Guarantee)
25. Acceptance of Performance Bond (Bank
Guarantee) clause for execution of
contract.
26. Acceptance of Liquidated Damages
Clause.
27. Acceptance of Force Majeure Clause.
28. Acceptance of Termination Clause.
29. Acceptance of Settlement of Disputes
(Arbitration) Clause.
30. Acceptance of Jurisdiction and Applicable
Law Clause.
31. Acceptance of Safety and Labour Laws.
32. Acceptance of Inspection Clause.
33. Acceptance of Compliance with
Provident Fund Act with rules, order and
notifications issued thereunder from time
to time
34. Acceptance to comply with all statutory
obligations
35. Confirmation for mobilization of drilling
units, equipments, services and
consumables on receipt of mobilization
notice and Mobilization plan
36. Full postal address and telephone, Mobile
/ telex / fax/ email
37. Submission of QMS, QA/QC & HSE
Manual/ Policy / Quality Systems specific
to this Contract
38. Any exception / deviation taken
39. Willingness to perform Mud Engineering
Service along with drilling services,
Annexure XIV
125
i. Bidder should write ‘Yes/No’ and not use tick mark to avoid any misinterpretation.
ii. Bidder should indicate relevant page number of his bid wherever applicable.
40. Acceptance of Price Format, Annexure –
VII
Action Yes No Page
No.
Remarks
41. HSE Questionnaire, Annexure – XIII
42. Any other relevant information
43. Acceptance of Draft Contract Agreement
as per Annexure-XVI
126
ANNEXURE - XII
TENTATIVE TIME NORMS FOR DRILLING OPERATIONS
Tentative Time Norms for different drilling operations are formed based on following
assumptions:
a. Bidders shall adopt optimum drilling parameters while drilling.
b. Bidders shall strictly follow SOP (Safe Operating Practices).
c. Use of proper bits for different formations.
d. Time for other miscellaneous jobs shall be at actual and will be judged by expert
Company man.
e. These tentative time norms are indicative only and the Company shall further optimize
and modify these time norms based on the drilling experience of the area and the same
shall be incorporated in the GTO of each well which will be binding on the Contractor for
payments on pro-rata basis.
Sr. No DEPTH OPERATION NORM
1 0 - 400M Drilling 200 - 250 M/Day
2 400-1500M Drilling 180 - 200 M/Day
3 1500-2500M Drilling 100 – 120 M/Day
4 0 - 400M Round Trip 02 Hrs
5 0 - 1500M Round Trip 08 Hrs
6 0-2500M Round Trip 12 Hrs
7 At Different
Depths:
Bottom Sub At Drilling Discharge
8 Circulation for Casing 2 Cycle at Drilling Discharge
9 Circulation for Cementation 1 ½ Cycles at Drilling
Discharge
10 Circulation for Logging 2 Cycles at Drilling
Discharge
11 Intermediate Circulation Bottom Sub at Drilling
Discharge
12 400M Casing+Cementation+IWH
(including WOC)
1 Day
13 1500M Casing+Cementation+IWH
(including WOC)
1 ½ - 2 Days
14 2500M Casing+Cementation+IWH
(including WOC)
2 ½ - 3 Days
127
ANNEXURE-XIII
HSE QUESTIONAIRE
CONTRACTOR HSE MANAGEMENT QUESTIONNAIRE
Contractor HSE Management Questionnaire (to be submitted at the time of Signing the Contract)
CONTRACTOR NAME ………………………………………………….
LOCATION ………………………………………………….
COMPLETED BY ………………………………………………….
POSITION ………………………………………………….
DATE ………………………………………………….
NOTES FOR COMPLETION OF QUESTIONNAIRE
1. Although intended to be a questionnaire of your company wide HSE Management System, you
are requested to ensure that the answers you provide are focussed against the activities indicated
in the pre-tender document.
2. Please provide answers to the individual questions in the space provided immediately below the
question.
3. Any additional information should be provided on a separate sheet making reference to the
section letter and question number.
4. Since the questionnaire will be circulated within our organisation to personnel who may not be in
possession of any associated safety or environmental manuals, etc., please make each answer as
"standalone" as possible.
GENERAL
a) On what standards or guidelines is your company Health, Safety and Environmental Management
System based?
b) Is your company or any company site EMAS registered or certified under ISO 14001?
c) What previous experience does your company have of operating in this area or of undertaking
similar operations elsewhere?
A POLICY
1 Health and Safety Policy:
128
a) Does your Company have a specific policy statement at senior and operational levels reflecting
management(s) commitment to Health and Safety? Please provide copies.
2 Company Environmental Policy:
a) Please provide a copy of your Company Environmental Policy. Does your company also have
site specific Environmental Policy Statements? If so please enclose a copy of the Policy of
relevance to the activity(ies) your company proposes to provide.
3 Management Responsibility:
a) Who has overall responsibility for Health, Safety and/or Environmental matters in your
organisation? (Please provide names, titles and an organisational chart)
b) Who is the most senior person in your organisation responsible for compliance with the company
and site specific HSE Policy?
4 Policy Dissemination
a) What mechanism are used to distribute and communicate your company/site specific Health,
Safety and Environmental Policy(ies) to personnel?
B ORGANISATION:
1 Structure:
a) Please provide a copy of the company organisational chart highlighting specialist HSE resources
and responsibilities.
2 HSE Responsibilities:
a) How are Health, Safety and Environmental responsibilities of your employees defined and
communicated to them?
b) Who is designated by management as responsible for the maintenance of the HSE management
system / HSE plan for the project?
3 Documentation of HSE MS:
a) Please provide an overview of the HSE MS document structure. Include information on its
content, distribution, review and update and the mechanism for the control and the removal of
obsolete information.
b) Please provide details on the HSE plan you intend to use for this project for managing the HSE
aspects of the job.
4 Communication:
a) Please describe the process by which your employees are consulted on Health, Safety and
Environmental issues.
129
b) How are safe working practices communicated to your employees?
c) How are the environmental aspects of activities and the controls they are required to implement
communicated to employees?
d) How are the minutes and actions arising from Health, Safety and Environmental meetings
communicated to all employees?
e) How are external complaints relating to environmental aspects of your company activities
actioned?
5 Emergency Responsibilities:
a) Does your company have an organisational chart showing the specific chain of command plus the
various responsibilities and duties of those involved in the emergency response organisation?
b) Does your company have emergency response plans and procedures including environmental
incidents?
c) Who is responsible for updating the plans and procedures, how frequently is this done and to
whom are they distributed?
d) Have personnel received appropriate training in their emergency response roles and
responsibilities?
6 Management Commitment:
a) How does senior management demonstrate their commitment to Health, Safety and
Environmental matters?
b) Are Health, Safety and Environmental meetings held with Management, Safety Representatives,
the workforce and any sub-contractors?
7 Training
a) What arrangements are in place to ensure that all levels of the workforce have the knowledge and
skills to enable them to work in a competent manner? How are the skills and knowledge
maintained?
b) What specific Health, Safety and Environmental Training Programmes are in place for the
different levels of the workforce?
c) Does your company have a Competency Assurance Policy?
d) What National, Lead body or other competence standards are the employees assessed against?
e) How are the Competence Assessments carried out, documented and recorded?
8 Management of Sub-Contractors
130
a) How does the company ensure that sub-contractors allocate sufficient resources to health, safety
and environmental issues?
b) How does your company assess the competence and performance of sub-contractors?
c) Are there formal company procedures for auditing any subcontractors HSE Management System?
d) How are senior management formally advised of the findings of HSE audits on sub-contractors?
C PLANNING - RISK ASSESSMENT
1 Major Hazards
a) If applicable, how does your company identify and assess major hazards of your operations?
Details of major hazards and typical controls employed to mitigate the effects should be provided.
b) What arrangements does your company have for documenting assessments and how often are
they reviewed?
2 Work Place
a) How does your company identify and assess the risks to Health and Safety of employees and
others who may be affected by your undertakings?
b) What arrangements does your company have for documenting such risk assessments and for
providing this information to others that may be affected by the hazards?
c) How frequently are your risk assessments reviewed?
3 Contract Mobilisation
a) Does your company hold pre-mobilisation meeting(s) with staff and sub-contractors to
specifically discuss Health, Safety and Environmental aspects of the work?
b) What arrangements are in place to ensure that in rapid mobilisation the company's format safety
procedures are followed?
4 Personal Protective Equipment
a) What arrangements are in place for issue and use of personal protective equipment by employees
carrying out routine and those for specialised activities?
5 Unit and Equipment
a) How does your company ensure that unit and equipment supplied and used at work sites get
correctly registered, fit for purpose and maintained in a safe working condition?
b) Provide brief details for Lifting equipment (Inspections & Testing), Hand-held electrical tools,
welding and gas cutting and grinding tools, etc.
6 Environment
131
a) Please provide an overview of company environmental risk assessment tools and techniques with
particular reference to the service(s) you intend to provide.
b) Please summarise any activity specific controls, including those relating to discovery that you
proposed to implement in order to manage environmental risk.
D PERFORMANCE
1 Supervision:
a) What arrangements does your company have for line supervision to monitor the safe execution of
work at your premises, sites and other locations where your employees are working?
b) What arrangements does your company have for line supervision of environmental working
practices at your premises, sites and other locations where your employees are working?
c) What arrangements does your company have for passing on any results and findings of this
supervision and performance monitoring in a) and b) to senior management and to employees?
d) How does the company ensure that safety and environmental issues including those arising from
inspections and meetings are satisfactorily actioned?
2 Communication of Health, Safety and Environmental Information:
a) How are the findings following an investigation, or a relevant incident occurring elsewhere in
your company, communicated to management and the workforce?
3 Reportable Incidents
a) Has your company suffered any Statutory Notifiable Incidents or Dangerous Occurrences over
the past 5 year? If YES, please provide details including dates, descriptions, causes and
preventive measures taken etc.
b) With respect to the environment, list any instances of the following over the last 5 years:
Breaches in legislation, regulation etc.;
Non-compliance with company Environmental Policy;
Environmental Incidents
4 Enforcement Notices
a) Has your company been served an Enforcement Notice by an enforcing authority or been
prosecuted under any HSE legislation over the last 5 years? If YES, please provide details.
5 Health and Safety Performance Records
a) Has your company maintained records of your incidents/accidents and other performance
indicators during the last 5 years? If YES, please provide the following details for each year:
number of lost time incidents, number and type of injuries, total hours worked by the workforce
for each corresponding year, frequency rates and your Company’s definition of a lost time
incident.
132
6 Environmental Performance Records
a) Does your company maintain records of environmental performance? For example, attainment of
environmental objectives and targets, environmental emissions and discharges (including solid
waste)?
7 Performance Achievement Awards
a) Has your company received any award(s) for Health, Safety and or Environmental performance?
If YES, please provide details.
8 Initiatives:
a) Does your company operate any HSE related initiatives? If YES, please provide details.
E REVIEW AND AUDIT
1 Management of Reviews and Audits
a) What arrangements does your company have for reviewing the effectiveness of your HSE
management system / HSE plan for this project?
b) How is management and workforce advised of review/audit findings and how are relevant
findings observed elsewhere disseminated to all sites and locations?
c) How are improvements to the HSE management system implemented?
2 Audit Procedures
a) Please enclose a copy of the company HSE audit plan
b) How are audit findings tracked to completion?
133
IMPORTANT DATES
Sr. No. Particular
Date
1
Tender Floating
24th December 2015
2
Seeking Clarification by
4th January 2016
3
Pre-bid Conference
5th January 11:00 AM
4 Tender Submission closing 16th January 2016 by 15:00 Hrs