short re-tender (icb) for charter hire of ...sogl.in/tender/re tender charter hire drilling rig.pdf-...

133
- 1 - SHORT Re-TENDER (ICB) FOR "CHARTER HIRE OF ONLAND DRILLING RIG" (CB-ONN-2009/7) SINTEX OIL AND GAS LTD Kalol – 382721 District Gandhinagar Gujarat, India MARCH 2015 TENDER NO.: SOGL/Drilling/CB-ONN-2009-7/2015-16/01

Upload: truongthuy

Post on 03-May-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

- 1 -

SHORT Re-TENDER (ICB)

FOR

"CHARTER HIRE OF ONLAND DRILLING RIG"

(CB-ONN-2009/7)

SINTEX OIL AND GAS LTD Kalol – 382721

District Gandhinagar Gujarat, India

MARCH 2015

TENDER NO.: SOGL/Drilling/CB-ONN-2009-7/2015-16/01

- 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 15 (fifteen) wells . 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/CB-ONN-2009-7/2015-16/01 EMD/Bid Bond (Bank Guarantee) : Rs. 10,00,000/- (Rupees Ten Lakh) Pre-Bid conference : 27th March 2015, 11:00 Hrs. Due date & time of submission : 02nd April. 2015, 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/CB-ONN-2009-7/2015-16/01 Signature of Issuing Officer : Date of Issue : 19.03.2015

- 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 58

ANNEXURE – I PROFORMA OF BANK GUARANTEE FOR BID BOND

65

ANNEXURE – II PROFORMA OF BANK GUARANTEE FOR PERFORMANCE BOND

68

ANNEXURE – III EQUIPMENT AND SERVICES FURNISHED BY CONTRACTOR OR OPERATOR FOR THE DRILLING RIG

72

ANNEXURE – IV RATES APPLICABILITY CHART 76

ANNEXURE – V SPECIFICATION FOR HIRE OF MOBILE DRILLING RIG

82

ANNEXURE – VI FORM FOR FURNISHING DECLARATION BY THE IMPORTERS OF RIG AND ASSOCIATED EQUIPMENT

114

ANNEXURE – VII PRICE FORMAT FOR RIG AND ASSOCIATED EQUIPMENT

115

ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 117

ANNEXURE – IX CONTRACTOR’S PERSONNEL 118

ANNEXURE – X PRICE EVALUATION FORMAT 120

ANNEXURE – XI BEC COMPLIANCE MATRIX 122

ANNEXURE – XII TENTATIVE TIME NORMS FOR DRILLING OPERATIONS

125

ANNEXURE – XIII HSE QUESTIONNAIRE 126

IMPORTANT DATES 132

- 4 -

BACKGROUND INFORMATION Sintex Oil and Gas Ltd (SOGL) is an Oil & Gas Exploration and Production Company. It is a registered

Limited Company with the Registrar of Companies, Ahmedabad, India. The Registered office address of

SOGL is 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 is planning for drilling up to 15 (fifteen) wells in Exploration block(s) within district Ahmadabad, Mehsana

and Gandhinagar which is likely to commence by 2st Qtr. of the year 2015-16. 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). The bidder

should quote strictly as per the price format of tender (Annexure –VII) for both 750 HP and 1000 HP rig package

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 including Liner

services 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 short 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 is expected to and 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 as well as for 1000 HP

rig package separately. The Price format has been given at Annexure-VII & Price Evaluation format at Annexure-X. The detail specification for both 750 HP and 1000 HP rig shall also be given separately as per Annexure-V by the Bidder.

3 DURATION OF CONTRACT

The validity of the contract shall be one year

- 8 -

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.

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.

- 9 -

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.

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.

- 10 -

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 2nd April. 2015 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.

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

- 11 -

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.

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

- 12 -

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:

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.

- 13 -

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 its authorised representative along with the power of Attorney in favour of the signatory. The draft contract agreement shall be sent along 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.

- 14 -

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 two months Invoice. In case

of non payment of any certified undisputed Invoice in 30 days, the contractor shall issue 7 days notice and if SOGL fails to pay still, the contractor shall be free to encash the Invoice from the bank based on the company’s site representative certified IADC reports or mobilization completion certificate from SOGL office. SBLC will be replenishing for further two months Invoice immediately in case of encashment.

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 CONDITION S

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 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.

- 15 -

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 27th March 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 period shall be for drilling up to 15 (fifteen) wells. Initially the contract will be for 04 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 by 1st Qtr. of year 2015-16. 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 month on non cumulative basis will be allowed as

maintenance of Rig equipment is held up, during which stand by rate shall be applicable.

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 up to a depth of 3000 m (1000 HP rig) including that of ‘S” profile and 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 etc.,the rig shall be removed, contract cancelled without any payment obligations and PBG invoked.

- 24 -

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. This shall comply but not limited to the items listed in the tender document as mentioned in Part-III.

- 25 -

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 upto the date such equipment and services is remobilised 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 upto 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.

Company agrees to pay Contractor for work performed, services rendered and material/equipment supplied and personnel furnished by Contractor, a sum computed at

- 26 -

the rates specified in Part-IV (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 at PART– IV.

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 (refer Part - IV). 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.

5.7 DEFICIENCIES

- 28 -

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.

5.8 PERFORMANCE

- 29 -

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 & PERSONNE L 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.

ii) Contractor shall have the drill string and other equipment NDT (Non- Destructive Testing) inspected by Vetco Tuboscope or any other reputed

- 30 -

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 representative and recording the results of all such tests in the Daily Drilling Report.

- 31 -

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.

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.

- 32 -

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.

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

- 33 -

DESIGNATION

Personnel Committed to the job

Always present at rig site

Experience in years

respective categories with

reputed oil companies

Total Experience in years Drilling with reputed oil companies

Deduction for short

deployment Rate in USD* / Person / Day

Project coordinator (Station at base office Ahmedabad)

1 - 5 Years 15 200

Rig Manager/ Superintendent

2 1 5 Years 15 200

Tool Pusher 2 1 5 Years 10 200

Tour Pusher 2 1 5 Years 10 200

Driller 4 2 5 Years 7 100

Assistant Driller 4 2 3 Years 5 75

Chief Mechanic 2 1 3 Years 10 100

Chief Electrician 2 1 3 Years 10 100

*: Or Equivalent in Indian Rupees (INR)

(b) OTHER PERSONNEL

DESIGNATION

Personnel Committed to the job

Always present at rig site

Minimum Experience in years

Deduction for short deployment Rate in USD* / Person / Day

Derrick Man 4 2 5 75

Floor Man 8 4 5 75

Mechanic 4 2 5 75

Electrician 4 2 5 75

Welder 2 1 5 75

Roustabout/ Unskilled labour

4 2 5 50

- 34 -

Crane Operator 2 1 5 75

Driver 2 1 3 50

Medical (MBBS) 2 1 1 100

Communication Operator

2 1 2 100

Safety Officer 2 1 3 75

Security 2 1 2 50

*: Or Equivalent in Indian Rupees (INR)

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 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.

- 35 -

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 & PERSONNE L TO BE

PROVIDED BY SOGL

7.1.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNE L 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 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

- 36 -

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

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

- 37 -

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

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

- 38 -

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 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.

- 39 -

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.

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

- 40 -

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.

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.

- 41 -

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.

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

- 42 -

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 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

- 43 -

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.

15.0 PERMIT & LICENSES 15.1 INGRESS AND EGRESS AT LOCATIONS

- 44 -

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.

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.

- 45 -

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-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

- 46 -

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.

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

- 47 -

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 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.

- 48 -

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.

17.7 CONCESSION PERMISSIBLE UNDER STATUTES

- 49 -

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 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,

- 50 -

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.

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

- 51 -

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 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.

- 52 -

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 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

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

- 53 -

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 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.

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.

- 54 -

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.

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.

- 55 -

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.

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.

- 56 -

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

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:

- 57 -

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 –Vice 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 1000 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 2500 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 2500 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 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.

vii) Acceptance of Jurisdiction and Applicable Law Clause.

- 62 -

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 The deposit of the tender fee alongwith the submission of the bid, in case the bidder had

downloaded the tender document through the website, failing which the bid is liable to be rejected.

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.

- 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

OperatingDay Rate

[R1]

StandbyDay Rate [R2]

Lumpsum

Remark

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

OperatingDay Rate [R1]

StandbyDay 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

OperatingDay Rate

[R1]

StandbyDayRate [R2]

Lump sum

Remark

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

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 and 1000 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 3000 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 3000 meters (TVD) for 1000HP rig and 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 250 Ton for 1000 HP rig and 180 Ton for 750 HP having sufficient clear height of 122 ft to handle 175 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 : All the offered equipment is in line with the

83

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.

• 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.

required technical specifications of Mast Raising System of the rig: Yes/ No

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 HP / 1000 HP. 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

The offered equipment is in line with the required technical specifications suitable for the rig.

84

with cooling arrangement. 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.: 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: Elevator links:

85

Suitable weldless elevator links having minimum Load capacity of 250 tons.

a) Size______, Make ______ , Model _____, Capacity _______, Last inspection ______by _______

b) Size______, Make ______ , 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.

Kelly Cock (Upper): Manufacturer: ______________ Size: ______________ Rating: ______________

86

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 (Lower): Manufacturer: ______________ Size: ______________ Rating: ______________

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 1000 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

The offered equipment is in line with the required technical specifications of the rig.

87

parallel mud lines / single mud line between mud pump discharge manifold and mud stand pipe manifold complete with all necessary piping, unions and connections.

Yes/ No

30 Mud Standpipe Manifold: Suitable standpipe manifold with valves & pressure gauges having pressure rating 5000 psi WP is to be provided.

The offered equipment is in line with the required 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

Mud Tanks:

Mud Tank Active Reserve Use Dimension Volume

Agitator Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

Mud Guns Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

Yes / No

All mud tanks are provided with Drill water, and Diesel Supply Lines Yes / No Treatment Tanks: Capacity: _________bbls.

Trip Tank: Volume: ___________ bbls. Sensitivity: ___________ bbls.

88

Centrifugal pump & Mud Level indicator readable from Driller’s station, suitably 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

89

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

90

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

91

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___________

92

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

93

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. ________________

94

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 __________

95

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

96

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

Single Elevator

Side door Elevator

Slips

Tongs

97

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. &

T

ype

Rat

ing

PS

I

Res

pons

e T

ime

Gal

lons

to

clos

e

Gal

lons

to

open

Clo

sing

Rat

io

Ope

ning

Rat

io

98

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

99

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

100

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

101

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’

102

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

103

• 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

104

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___________

105

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)

106

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 ______________

107

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 ________________

108

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

109

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.________

110

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_________

111

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)

112

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.

113

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_____________

114

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 :

115

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 k) Mechanic l) Electrician

116

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

117

ANNEXURE – VIII

OUTLINE OF DRILLING PROGRAMME

Location : Exploratory blocks of SOGL

Area : Ahmedabad / Mehsana / Gandhinagar districts

Gujarat State Country : India

Tentative Target depth : 1500m / 2500 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"

1400-2500m 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

2000 – 2500 1.20 - 1.40 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.

Remarks: ● 75 -100 MT Barytes must be made available at site while drilling

● MICA FLAKES – 5 MT must be made available at site while drilling

118

ANNEXURE – IX 1.0 CONTRACTOR’S PERSONNEL 1.1.1 The Contractor shall deploy the following minimum personnel for the drilling units on 12 hrs.

shift basis as per details below: (a) KEY PERSONNEL

DESIGNATION

Personnel Committed to the job

Always present at rig site

Experience in respective categories

with reputed oil companies

Project coordinator (Station at base office Ahmedabad)

1 - 10 Years

Rig Manager/ Superintendent

2 1 10 Years

Tool Pusher 2 1 5 Years

Tour Pusher 2 1 5 Years

Driller 4 2 5 Years

Assistant Driller 4 2 3 Years

Chief Mechanic 2 1 3 Years

Chief Electrician 2 1 3 Years

(b) OTHER PERSONNEL

DESIGNATION

Personnel Committed to the job

Always present at rig site

Derrick Man 4 2

Floor Man 8 4

Mechanic 4 2

Electrician 4 2

Welder 2 1

Roustabout/ Unskilled labour

4 2

119

Crane Operator 2 1

Driver 2 1

Medical (MBBS) 2 1

Communication Operator

2 1

Safety Officer 2 1

Security 2 1

Contractor can deploy more personnel at his cost to do the job efficiently at his own initiative.

120

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:

121

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:

122

ANNEXURE – XI BEC Compliance Matrix

S.No. Action Yes No Page No.

Remarks

1. Experience in field of Onshore Drilling of Oil and Gas wells

2. Experience of atleast on 1000 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 2500 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

123

The following matrix should be filled by the bidder and submitted along with the un-priced bid.

16. In case the bidder is going to buy or lease the drilling unit, a copy of valid agreement between Manufacture or the owner

124

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

40. Acceptance of Price Format, Annexure – VII

Action Yes No Page No.

Remarks

41. HSE Questionnaire, Annexure – XIII

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.

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 Dif ferent

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: 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:

128

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. 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?

129

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 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?

130

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 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.

131

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.

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)?

132

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

19th March 2015

2

Seeking Clarification by

27th March 2015

3

Pre-bid Conference

28th March 2015 at 11:00 AM

4 Tender Submission closing

05th April 201 by 15:00 Hrs