133
- 1 - SHORT RE-TENDER (ICB) FOR "CHARTER HIRE OF ONLAND DRILLING RIG" (BLOCK NO - CB-ONN-2009/7) SINTEX OIL AND GAS LTD Kalol 382721 District Gandhinagar Gujarat, India DECEMBER 2015 TENDER NO.: SOGL/DRILLING/BLK-7/2015-16/02

SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

Embed Size (px)

Citation preview

Page 1: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 1 -

SHORT RE-TENDER (ICB)

FOR

"CHARTER HIRE OF ONLAND DRILLING RIG" (BLOCK NO - CB-ONN-2009/7)

SINTEX OIL AND GAS LTD Kalol – 382721

District Gandhinagar

Gujarat, India

DECEMBER 2015

TENDER NO.: SOGL/DRILLING/BLK-7/2015-16/02

Page 2: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 2 -

SINTEX OIL AND GAS LTD Kalol – 382721, District Gandhinagar, Gujarat, India

Forwarding Letter

To

Dear Sir,

Ref. : Your letter No.

Please find enclosed a complete set of Tender documents with respect of our Tender Notice for

"Charter Hire of On land Drilling Rig " for drilling up to 13 (fifteen) wells . Initially the contract will be

for 02 wells, however SOGL may reduce or increase number of well at the same rate, Terms &

conditions. Initially the contract will be for 04 wells, however SOGL may reduce or increase number of well ,if

any in its Oil & Gas field on the same rate, Terms & conditions in Districts Ahmedabad, Mehsana and

Gandhinagar within Gujarat State(India). Kindly note the following points in regard to this Tender.

Type of Bid : Two Bid System

Tender No. : SOGL/DRILLING/BLK-7/2015-16/02

EMD/Bid Bond (Bank Guarantee) : Rs. 10, 00,000/- (Rupees Ten Lakh)

Pre-Bid conference : 5th January 2016, 11:00 Hrs.

Due date & time of submission : 16th January 2016, 15:00 Hrs.

Bid Bond validity upto : 180 days from bid submission date.

Bid Validity upto : 240 days from bid submission date.

Performance Bond (Bank Guarantee) : @ 7.5 % of the Contract Value.

SOGL takes no responsibility for any delay, loss or non-receipt of Tender document by post , kindly note

that SOGL reserves the right to reject any or all the tenders and also to accept or prefer any bid for award

of contract(s) without assigning any reasons thereof.

Yours faithfully,

for Sintex Oil and Gas Ltd

Authorised Signatory

Document Sr. No. SOGL/DRILLING/BLK-7/2015-16/02

Signature of Issuing Officer :

Date of Issue : 23.12.2015

Page 3: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 3 -

I N D E X

DESCRIPTION PAGE NO.

BACKGROUND INFORMATION 4

OUTLINE OF THE SCOPE OF WORK 5

PART – I INSTRUCTIONS TO BIDDERS 6

PART – II GENERAL TERMS AND CONDITIONS 16

PART – III BID EVALUATION CRITERIA 59

ANNEXURE – I PROFORMA OF BANK GUARANTEE FOR BID

BOND

66

ANNEXURE – II PROFORMA OF BANK GUARANTEE FOR

PERFORMANCE BOND

69

ANNEXURE – III EQUIPMENT AND SERVICES FURNISHED BY

CONTRACTOR OR OPERATOR FOR THE

DRILLING RIG

72

ANNEXURE – IV RATES APPLICABILITY CHART 76

ANNEXURE – V GENERAL SCOPE OF WORK AND

SPECIFICATION FOR HIRE OF MOBILE

DRILLING RIG

83

ANNEXURE – VI FORM FOR FURNISHING DECLARATION BY

THE IMPORTERS OF RIG AND ASSOCIATED

EQUIPMENT

115

ANNEXURE – VII PRICE FORMAT FOR RIG AND ASSOCIATED

EQUIPMENT

116

ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118

ANNEXURE – IX CONTRACTOR’S PERSONNEL 119

ANNEXURE – X PRICE EVALUATION FORMAT 121

ANNEXURE – XI BEC COMPLIANCE MATRIX 123

ANNEXURE – XII TENTATIVE TIME NORMS FOR DRILLING

OPERATIONS

126

ANNEXURE – XIII HSE QUESTIONNAIRE 127

IMPORTANT DATES 133

Page 4: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 4 -

BACKGROUND INFORMATION

Sintex Oil and Gas Ltd (SOGL) is an Oil & Gas Exploration and Production Company with Registered

office at 701, Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006, Gujarat, India.

SOGL is one of the foremost professionally managed Indian Companies with eminent Board of Directors

and Technically and Professionally well qualified people having skills of International Standards. SOGL

has been awarded the following S - Type exploration blocks in Cambay basin, Gujarat, India for

exploration and production of hydrocarbons, by DGH, MOPNG, Govt. of India under NELP-VIII round

of bidding:

Block no. and Area

CB-ONN-2009/1 ---------- 113 sq.km.

CB-ONN-2009/2----------- 68 sq. km.

CB-ONN-2009/7----------- 144 sq. km.

The production sharing contract (PSC) with MOPNG has been signed on 30th June 2010.

Page 5: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 5 -

OUTLINE OF THE SCOPE OF WORK

SOGL plans to drill up to 15 (fifteen) wells in Exploration block(s) within district Ahmadabad, Mehsana

and Gandhinagar of which SOGL has completed drilling of 2 wells. Initially the contract will be for 02

wells, however SOGL may reduce or increase number of well at the same rate, Terms & conditions.

The bidder should quote strictly as per the price format of tender (Annexure –VII) for 750 HP drilling unit

along with their specifications separately as per Annexure-V. The bids not quoted as per format will not

be considered. Bids will be evaluated as per Bid Evaluation Criteria (BEC).

Contractor shall be responsible for all the supplies & services related to drilling activities except for the

following:

- Rig Foundation, Civil works and approach road to well site.

- Cementing services

- Well logging Services including perforations

- Mud Engineering Services

- Mud logging Services

- Activation and Production testing Services

- Well completion services

- Well Material, e.g. Well head & X–Mas tree, Casing & their attachments and Tubing and well

completion equipments.

SOGL plans to maintain an optimum schedule balance while drilling the wells. Outline of the drilling

program is given at Annexure - VIII.

Page 6: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 6 -

PART - I

INSTRUCTIONS TO BIDDERS

Page 7: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 7 -

INSTRUCTIONS TO BIDDERS

1.0 Sintex Oil and Gas Ltd (SOGL) incorporated under the Companies Act, 1956 having its

Registered Office at 701, Abhijeet - I, Mithakali Six Roads, Ahmedabad – 380006 and its

Corporate Office at Kalol – 382721, District Gandhinagar, Gujarat invites tender under Two Bid

System on International Competitive Bidding (ICB) towards Charter Hire of Onland Drilling Rig

Service from competent, experienced and capable contractors fulfilling the criteria laid down in

this tender document, along with their equipment, vehicles, personnel, instruments, materials,

spares, stores and other drilling related support services.

1.1 The Bid document will be issued by SOGL in the name of the bidder and is non -

transferable.

1.2 Bidders must read the Tender Document carefully and ensure that they can supply all the

necessary items, infrastructure and personnel to fully support the operations and achieve the

given objectives of the Scope of Work. Any deviation or substitution may be highlighted on

a separate statement.

1.3 The Bidder must comply with safety standards in accordance with sound international

petroleum operations, DGMS and OISD guide lines.

1.4 Bidders must acquaint themselves with the area of operation before submission of the bid and

shall ensure that they are well acquainted with the job sites, environment including

topography, logistics and climate etc. SOGL will in no case be responsible or liable for costs

associated with the preparation and submission of bids regardless of the outcome.

1.5 SOGL reserves itself the right to reject, accept or prefer any bid for award of contract without

having to assign any reasons thereof.

1.6 SOGL also reserves itself the right to withdraw from the tendering process without assigning

any reason whatsoever including if the bids received are found unacceptable on a techno-

commercial evaluation.

2 SPECIFIC INSTRUCTIONS

2.1 A Bidder shall fill in all the forms with relevant details asked for in this document.

2.2 By tendering an offer to provide the services, Bidder accepts the terms of this Invitation to

Tender, unless otherwise specified and understand that this does not guarantee the award of

contract. Agreed terms shall be included in the Contract and shall be binding on the

successful Contractor.

The bidder is required for completing the wells as per the scope of work of the Tender and

may alter as per clause 2.3. The Bidder is requested to bid as per the Annexure-VII and the

Price format.

2.3 The Bidders are required to submit Price quotes for 750 HP rig package. The Price

format has been given in Annexure-VII & Price Evaluation format in Annexure-X. The

detail specification for 750 HP rig shall also be given separately as per Annexure-V by

the Bidder.

Page 8: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 8 -

3 DURATION OF CONTRACT

The validity of the contract shall be one year

4 DOCUMENTS TO BE SUBMITTED WITH THE BID

4.1 Bidder shall furnish the following details in the technical part of the bid

Copies of original documents duly notarized defining the constitution or legal status of the bidder,

place of registration and principal place of business and in case of a joint venture or foreign

collaboration such details for each party thereto constituting the bidder.

Details of experience and past performance of the bidder (or of each party to a joint venture or

foreign collaboration) i.e. Completion certificates from the clients, on work of a similar nature

within the past 5 years and details of current work in hand and other contractual commitments,

indicating current areas of operation and clients. In case bidder is not satisfying this condition, his

joint venture partner has to fulfil the condition without which the bid shall be rejected.

Name of signatory on Tender, his title / designation and address. Names and signatures of those

authorised to act on signatory's behalf, countersigned by signatory. In case of joint venture /

consortium, MOU supporting the claim for the signatory to be submitted.

List of all insurances for equipment, personnel and vehicles, which will be provided during the

period of Contract. Confirmation that Bidder’s insurances are valid for operations in India.

4.2 Bio-data including qualifications and experience of crew / key personnel (alongwith valid IADC /

IWCF certificate).

4.3 Reports of financial standing of the bidder (or of each party to a joint venture), such as Profit and

Loss Statements, Balance Sheets and Auditor’s Reports for the past three years.

4.4 Information regarding any current litigation in which the bidder is involved.

4.5 Documentary evidence in the form of detailed description of the equipment, including essential

technical & performance characteristics, drawings, literature establishing their conformity to the

bid document, date of manufacture & make of the equipment etc.

4.6 Bidders are requested to provide lists of equipment, instruments and vehicles they would use for

undertaking the Work (as per scope of work). Also to provide the date of mobilisation and date on

which they will be available, ready for use at project site.

4.7 Documentary proof of collaboration with a foreign Company (in case of joint venture), in the

form of a letter from the foreign collaborator, or agreement valid during the Contract duration

with requisite Government of India / Reserve Bank of India approvals and stating the

responsibility jointly and severally.

4.8 Confirmation accepting liability for all taxes and duties.

Page 9: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 9 -

5 BIDDING PROCESS AND FILING REQUIREMENTS

5.1 Bidders must seek clarifications, if any, on the tender document, on or before of the date of Pre-

Bid conference. SOGL shall provide additional information at its discretion.

5.2 Tender papers must be complete in all respects and shall be submitted together with requisite

information and appendices. Tenders should be complete and free from any ambiguity, change or

interlineations.

5.3 The bidders bid and any annotation or accompanying documentation shall be in the English

language. However, any printed literature may be written in another language provided it is

accompanied by an English translation of its pertinent passages, in which case the English

translation shall govern.

5.4 The power of attorney or authorization or any other document constituting adequate proof of the

powers of the signatory to bind the bidder, shall be annexed to the bid. SOGL may reject any bid

not supported by adequate proof of the signatory’s authority.

5.5 In case the bid is submitted by a consortium they shall nominate a Principal Bidder who shall

assume responsibility for the performance of the contract.

5.6 A copy of the agreement between the Principal Bidder and the other bidder(s) binding each of

them in relation to SOGL, for performance of the contract shall be enclosed. This agreement shall

also specify the responsibilities being assumed by the member(s) of the consortium for efficient

discharge of obligations under the contract. This agreement shall also specify that the Principal

bidder can incur liabilities / undertakings / obligations on behalf of the consortium and these shall

be binding on each of them jointly and severally. It shall also be specified in the agreement that if

a bid is successful then each and every member of the consortium shall be jointly and severally

liable to SOGL for efficient and proper discharge of its liabilities and obligations emanating from

the contract.

5.7 The Performance Guarantee in such case shall be furnished by the Principal bidder on behalf of

the consortium.

5.8 The bidder shall sign the proposal, stating the name of the entity to whom the contract is to be

awarded. Each page of the bid shall be duly signed and sealed by an authorized officer from the

Bidder’s organization.

5.9 Bidders shall indicate their full postal address and telephone, Mobile / telex / fax/ email address

in the bid document.

5.10 Bidder will submit the Bid package in its entirety and no alterations will be allowed for

submission related to the documents or the wording therein. Bid document issued to the bidder is

non-transferable.

5.11 Bidders are allowed to quote for meterage rate basis or on day rate basis or both. However,

preference shall be given to the bidders with meterage rate offer provided all other terms and

condition are met.

Page 10: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 10 -

5.12 Bid bond must accompany with the technical bid.

6 METHOD OF SUBMITTING BIDS UNDER TWO BID SYSTEM

6.1 Bid should be submitted under ‘Two Bid System’ as detailed below:

6.1.1 Bid should be submitted in triplicate i.e. three priced and three un-priced as given

below:

6.1.1.1 Technical bids may be submitted through e-mail (mail id-

[email protected]) in the PDF format and editable MS word

format as well along with scanned copies of support documents.

6.1.1.2 Priced bids will not be accepted through e-mail; it may be submitted

in person or through courier at the following address. In case, the

bids are being sent through Registered post and/or through couriers,

SOGL will assume no responsibility for misplacement or premature

opening of the bid etc.

Sintex Oil and Gas Ltd

7 Garnala Road, Kalol – 382721, District Gandhinagar, Gujarat, India

Tel. No.: +91-2764-253000

Fax No.: +91-2764-253101

E-mail: [email protected] / [email protected]

If the envelopes are not sealed and marked as required above, SOGL will

assume no responsibility for misplacement or premature opening of the

bid etc.

6.2 Bids shall be submitted in the office of SOGL, at the above address on or before 16th January.

2016 by 15:00 Hrs. IST.

6.3 Bids will be evaluated by SOGL based on the information asked for in this tender as well as

that submitted by the bidder. SOGL may, at its discretion, ask the bidder for clarifications for

evaluation and comparison of bids. The request for clarification and response shall be in

writing and no change in the price or substance of the bid shall be permitted unless asked for

by SOGL. However, no such clarification by SOGL shall be construed by the bidder as an

acceptance of their bid.

6.4 Telegraphic / Telex / Tele-fax offers, whether received directly by SOGL or submitted by the

local agents shall not be considered.

6.5 Bids made by agents / consultants / representatives / associates will not be considered.

6.6 The bid must be kept valid for 240 days from the last date of bid submission. In exceptional

circumstances SOGL may solicit the bidder’s consent to an extension of the period of

validity. The request and the responses thereto shall be made in writing by cable / fax / telex.

The validity of Bid bond shall also be suitably extended.

Page 11: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 11 -

6.7 SOGL reserves itself the right to extend the bid submission deadline.

7.0 BID BOND

7.1 BID BOND/EARNEST MONEY DEPOSIT

Bidder shall be required to furnish with their technical bid an EMD/ a Bid Bond

in the prescribed proforma as at Annexure – I of this Bid document for

Rs. 10 Lacs valid for a period of 180 days from the date of bid submission. The successful

bidder may be requested to extend the validity of the Bid Bond for a further period until a

formal contract is executed by the two parties and/or performance bond by the bidder to

SOGL. On demand, it shall be mandatory for the successful bidder to extend the bid bond and

bid validity for the asked for extended period without conditions. The original Bid Bond shall

be submitted with the un-priced Technical bid itself. Bid not accompanied by a Bid Bond as

above shall be rejected. The Bid Bond should be given on non judicial stamp paper of

requisite value from nationalised/scheduled commercial banks.

8.0 OFFER WITH FAX /E-Mail BID BOND

8.1 Normally offers received along with Fax / E-mail Bid Bond shall not be considered.

However, SOGL reserves the right to consider the offer provided it is followed by

confirmatory original Bid Bond executed in prescribed proforma and legally operative on or

before the date fixed for closing of bids.

8.2 If bidder fails to submit original bid bond with the same content as in Fax / E-mail Bid Bond

and in accordance with tender document, irrespective of their status/ranking in this tender, the

bid will be rejected and SOGL may consider to debar the bidder from participating against its

future tenders.

9.0 PERFORMANCE BOND

9.1 The successful bidder shall furnish to The Company at the time of signing of Contract, a

Performance Bond in the form of Bank Guarantee from an Indian Nationalised

Bank/Scheduled Bank or any other private Bank as approved by The Company for a sum

equivalent to 7.5% of contract value as per the Performa enclosed in Annexure – II. This

Bank Guarantee/Performance Bond shall be drawn in favour of SINTEX OIL AND GAS

LTD enforceable at AHMEDABAD and shall be valid upto a date 180 days beyond the last

date of initial period of this contract or any extension thereof and successful completion of

contract. Split performance bond will not be accepted.

9.2 The performance bond should be given on non-judicial stamp paper of requisite value from

nationalised/scheduled commercial banks or any other private bank approved by The

Company.

9.3 In case the bidder fails to submit the performance bond at the time of signing of the contract,

The Company may cancel the acceptance of the bid and the bid bond shall stand forfeited.

10.0 PRICE

10.1 Bidders shall give unconditional validity of the bid for 240 days from the due date of

submission of bids.

Page 12: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 12 -

10.2 The bidders shall quote firm price in Indian Rupees or in USD as per the price format. Indian

bidders are to quote in INR only.

10.3 CONVERSION TO SINGLE CURRENCY: To facilitate evaluation and comparison, the

SOGL will convert all bid prices into INR, considering the average conversion rate prevailing

in the previous week from the last date of submission of the bid.

11.0 PRICE EVALUATION

11.1 Bidders while submitting their offers should quote taking into account all benefits and

concessions available to them for supplies to SOGL as announced by the Government of

India till the date of tender closing. Conditional offers tied to the availability or otherwise of

these concessions will be rejected.

SOGL will not own any responsibility/liability at any stage if such concessions are not

available to the bidder and SOGL will not also compensate the bidder in any manner on this

account.

11.2 Bidder should not indicate any separate discount. Discount if any, should be merged in the rates

against the quoted items. Discount of any type indicated separately will not be taken into account for

evaluation purpose. However, SOGL shall avail of all such discounts if the Bid happens to be the

lowest even after not considering the discount for evaluation purpose.

11.3 (a) CONCESSIONAL RATE OF CUSTOMS /EXCISE DUTY/SALES TAX

As the drilling is in PEL block, deemed Export/Import benefits may be available to the

bidder

i) In terms of notification No. 21 dated 1.3.2002, goods specified in list 12 imported in

connection with Petroleum operations will attract zero Custom Duty. SOGL is in

possession of valid PEL,EC and NOC for the areas in which the work is to be

executed. Hence, SOGL will issue recommendatory letter as per Government

guidelines for issuance of Essentiality Certificate from Director General of

Hydrocarbon (DGH), Ministry of P&NG so as to enable the contractor to import

goods against zero Custom Duty provided these are specified in the list 12 of said

Customs notification.

All imports and import clearance under the contract shall be done by the bidder and SOGL will

not provide any assistance in this regard.

Notwithstanding what is stated above, the bidders should also consider the position in regard to

import of goods as specified in list No. 12 of above notification against zero Customs Duty.

SOGL is not liable in whatsoever manner, for the rejection of their claims for zero Customs Duty

by any of the authorities including the DGH.

Note: The recommendatory letter will be given only for those items which are either consumed during

the execution of work or for those equipment/tools which are undertaken to be re-exported by the bidder.

The recommendatory letter will not be issued when the bidder imports the equipment/tools on acquisition

basis and does not undertake to re-export the same after the completion of the contract.

ii) Re-export of equipment, un-utilized spares etc:

Page 13: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 13 -

The equipment, unutilized spares, accessories etc. imported to India for providing service

needs to be re-exported by the bidder upon the completion of the terms of contract or any

extended period thereof at their own expense. Bidder must furnish an undertaking that

“the equipment imported and also spares & accessories which remained unutilized after

expiry of the contract would be re-export ed at his own cost after completion of

contractual obligation after observing all the formalities/rules as per Customs Act or any

other relevant Act of Govt. of India applicable on the subject”. Immediately after re-

export, bidder would furnish to SOGL, details and other relevant documents as a proof of

re-export. In case of non-observance of formalities of any provisions of the Customs Act

or any other act of Government of India, the contractor shall be held solely responsible

for all the liabilities including the payment of Customs Duty and penalties to the Govt. on

each issue. Non compliance of these provisions will be treated as breach of contract and

their performance bond will be forfeited.

12.0 EVALUATION AND COMPARISON OF BIDS

12.1 TECHNICAL

The technical bid will be evaluated as per the specifications given in the tender and the

BEC vide Part – III of the tender document. To assist in the technical evaluation of bids,

SOGL may, at its discretion, ask a bidder for clarification(s). As the time is short, any

bid, which does not meet the technical requirements set forth in the tender document,

shall be rejected. Similarly, the bid without Bid Bond shall be rejected and not evaluated

despite any deviation taken by the bidder. Bidders not interested to submit the bid bond

may not bid.

12.2 COMMERCIAL

a) Price bids of only technically acceptable offers shall be opened.

b) To facilitate evaluation and comparison of the bids, bidders are requested to state

their bid price strictly in accordance with the terms and conditions of the tender

document. SOGL may reject any bid where the pattern of prices indicated varies

from the format.

12.3 Bid document issued to the bidder is non-transferable.

13.0 EMPLOYMENT OF OFFICIAL OF SOGL

Firms/Companies who have or had business relations with SOGL are advised not to employ

serving employees without its prior permission.

14.0 SIGNING OF CONTRACT

For signing of the contract the bidder shall depute an authorized representative along with the

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

Page 14: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 14 -

with LOI. On acceptance given by the successful bidder, LOA shall be issued and the contract

agreement has to be signed within 7 days from the date of issue of LOA. The performance

guarantee has to be submitted on the day of signing of contract agreement. The Contract against

this tender will be governed in accordance with the instructions to bidders. Strict adherence is

required to this clause. Bid bond shall stand forfeited in case of non-compliance of this clause.

15.0 PAYMENT

15.1 The Contractor shall raise the invoice at the end of each month for the services rendered in

accordance with the provisions under this Contract, detailing out the services performed,

rates payable and the total amount claimed. This invoice will first be submitted to The

Company representative who will certify within 15 days from the date of receipt of invoice.

15.2 The invoice certified by The Company’s representative shall then be forwarded so as to be

received by concerned department at SOGL.

15.3 Concerned department at SOGL of The Company shall scrutinize and approve the said

Invoice for payment after making such deductions or amendments as may be considered

necessary. The invoice so approved shall be processed for making the payment of the

undisputed amount of Invoice within 30 days from the date of Invoice submission by the

contractor.

15.4 The disputed amount shall be paid to the Contractor within 30 days from the date of the

resolution of the dispute to the satisfaction of the Company without interest. A fresh invoice

shall be raised by the contractor after the resolution of the dispute.

a) No payments shall be due from The Company to the Contractor for either the days or for

the Work or part thereof, which is suspended by Company in accordance with provisions.

b) For Work or part of Work suspended by the Company for reasons other than Contractors

negligence etc, Company shall pay Contractor standby charges in accordance with the

Schedule of Prices and Rates of the Contract, if 7 days notice is not given.

c) SBLC shall be opened by SOGL for the value equivalent to one months Invoice. In case

of non payment of any certified undisputed Invoice in 30 days, the contractor shall issue 7

days notice to SOGL. If payment is not made within the 7 days notice period, contractor

may encash the Invoice from the bank based on the company’s site representative

certified IADC reports or mobilization completion certificate from SOGL office.

No payment shall be due to the contractor from the company or the bank unless

contractor mobilizes the entire rig package, commissions the rig and obtains SOGL

clearance (based on inspection report) for successful commissioning fully ready to start

drilling operation at the designated drill site.

16.0 OTHER INSTRUCTIONS AND TENDER CONDITIONS

16.1 Letter of Award (LOA) by SOGL will be communicated by fax / e-mail only after

acceptance of the LOI and the draft agreement by the contractor. In case where acceptance

is communicated by fax / e-mail, pending signing of formal contract, the instructions

contained in the fax / letter should be acted upon immediately. With the issue of LOA, the

Page 15: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 15 -

Contract shall be deemed to have been entered into. Contract shall mean and include all the

contents of this tender document. Non-acceptance of LOA or non-signing of the agreement

after issue of LOA may result in cancelling the award as well as forfeiture of the Bid bond.

16.2 If SOGL finds that the work done by the Contractor is not of the desired quality, or

according to specifications, or otherwise not satisfactory owing to any reason, then in this

regard the opinion shall be communicated by giving a notice to the Contractor for taking the

remedial measures immediately. If the Contractor does not complete the remedial action

within 7 (seven) days from the date of notice, SOGL will be entitled to reject the work

executed, cancel the Contract and procure the services from the market at the risk and cost of

the Contractor, reserving always to itself the right to invoke the Performance Guarantee /

Security Deposit furnished by the Contractor. The decision of SOGL in this regard shall be

final and binding on the Contractor.

16.3 Any bid received with less than the prescribed validity period is liable to be rejected.

16.4 Payment of taxes such as income tax – corporate tax, service tax as well as personnel taxes,

and any other taxes by whatever name called, payable to Government or other bodies is the

responsibility of the Contractor. However, SOGL shall comply with all statutory

requirements (e.g. service tax and TDS) in this regard whilst making payments to the

Contractor.

16.5 SOGL may inspect the offered machinery, vehicles, equipment, instruments with accessories

as a part of the Bid - Evaluation Procedure. This is only a discretionary option.

16.6 Offers providing for escalation of price shall be rejected. However, the successful bidder

may be allowed the price variation of Diesel in their invoice.

17.0 PRE-BID CONFERENCE

All queries received from the bidders on the tender document, will be deliberated in the pre-bid

conference to be held on 5th January 11:00 am at the office of Sintex Oil and Gas Ltd., Kalol –

382721, District – Gandhinagar, Gujarat.

18.0 ERRORS AND OMISSIONS

Care has been taken in drafting and finalising this tender document and all the documents,

information and data attached hereto, but errors and omissions are to be exempted given the size

and nature of document.

Page 16: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 16 -

PART - II

GENERAL TERMS AND CONDITIONS

Page 17: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 18: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 19: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 20: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 20 -

2.0 TERMS OF THE CONTRACT

2.1 EFFECTIVE DATE

This Contract shall be deemed to have come into force from the date of issue of LOA.

However, the same has to be got regularised through a contract agreement within 7 days.

2.2 DURATION OF OPERATIONS

The Contract shall be for drilling up to 13 (thirteen) wells. Initially the contract will be

for 02 wells ; however number of well may be decreased or increased depending on the

status of the drilled wells at the same rate , Terms & conditions. at State(India) in

SOGL’s exploratory blocks in Ahmedabad, Mehsana and Gandhinagar district. The

Operating period shall be effective from the date of commencement of drilling operations

at the first location through a notice from SOGL. The Company at its option may reduce

or extend the period of operation at the same terms and conditions which shall be binding

on the contractor.

2.3 COMMENCEMENT DATE

Commencement Date for the purpose of this Contract shall be the date when:

a) The drilling unit is fully rigged up along with all the ancillary equipment at the first

designated location along with the Contractor’s experienced and trained personnel

with valid IADC / IWCF certificates and sufficient spares at the site and the Drilling

unit in its entirety is ready for drilling a well with the object of continuous regular

drilling operations thereafter.

b) The pre-condition for commencement of actual drilling work by the Contractor shall

be the compliance by the Contractor of the conditions laid down under Clauses 2.5.1

to 2.5.4 and also a written declaration signed at the drilling location by the

Representatives of both the Company and the Contractor to the effect that the

equipments, material and other allied items, spares and personnel required to be

provided by the Contractor in terms of provisions in the Contract are available at the

site and all the statutory conditions required to be fulfilled by the Contractor while

spudding the well are fulfilled. The time and date of spudding the first well, based on

the permission from SOGL, shall be the commencement date of operation of the Rig.

This date shall also be the date from which the Company’s payment obligation shall

accrue.

2.4 TERMINATION

2.4.1 This contract shall terminate:

(a) Upon expiry of the initial Contract obligations.

or

(b) Upon expiry of the extended period of the contract.

or

Page 21: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 22: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 22 -

and shall also have the right to terminate the drilling rig services contract. The

decision of the Company as regards the details provided by the Contractor shall

be binding on the Contractor.

2.5.2 The drilling operations are planned to commence tentatively last week of Feb

2016. The Contractor shall deploy the drilling unit on the Company’s designated

drilling location within 15 days (unless increased by SOGL) from the date of

issue of the Company’s Mobilization Notice. It shall be the responsibility of the

Contractor to procure the rig equipment as per the specified rig specifications as

per Contract.

2.5.3 Upon receiving the information from the Contractor for inspection, the Company

shall have the right to inspect and fully satisfy itself to approve the technical

specifications of the rig assembled including satisfying itself of the operating

capability and all other related aspects pertaining to the rig operations. The

decision of the Company as to the approval of the rig specifications shall be final

and binding on the Contractor.

2.5.4 The drilling rig shall be mobilised to the designated drilling location by the

Contractor only after written confirmation has been issued by the Company to the

Contractor to commence the mobilisation of the drilling rig to its first designated

drilling location.

2.5.5 Drilling performance shall be broadly governed by the time norms of different

operations as indicated in Annexure – XII and duly modified GTO (to be issued

to successful bidder only)

2.5.6 Non–Substitution of Rig: The Contractor shall mobilize the designated rig only

(Name & make of the rig) within the stipulated mobilization period and SOGL.

For any change of the equipment or the rig etc. prior permission from SOGL has

to be taken.

2.6 LIQUIDATED DAMAGES

2.6.1 If Contractor for any reason other than Force Majeure, fails to timely commence

the drilling operations in accordance with the terms of the LOA / Contract,

Contractor shall pay to Company, as ascertained and agreed liquidated damages,

and not by way of penalty, zero point five percent (0.5 %) for each week of such

late commencement of the work up to a maximum of five percent (5 %) of total

Contract Value. The payment of liquidated damages pursuant to this Clause shall

not affect the right of the Company to :

2.6.1.1 Terminate the Contract or a portion or part of the Work thereof in

accordance with the provisions of the Contract.

2.6.1.2 Seek specific performance.

2.6.1.3 Get the Work done by any other Contractor at the risk and cost of the

Contractor.

Page 23: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 23 -

2.6.2 The Company may without prejudice to its right to affect recovery by any other

method, deduct and withhold the amount of liquidated damages from any money

belonging to the Contractor in its hands (which includes Company’s right to

claim such amount against Contractor’s bank guarantee) or which may become

due to the Contractor. Any such recovery or liquidated damages shall not relieve

the Contractor from any of its obligations / liabilities under the Contract.

2.6.3 The Parties agree that the liquidated damages indicated hereinabove are genuine

pre-estimate of the loss / damage which Company will suffer on account of delay

/ breach on the part of the Contractor and the said amount shall be payable

without any requirement of proof of the actual loss or damage caused by such

delay / breach.

2.6.4 The Parties agree that all sums payable by way of liquidated damages shall be

considered a reasonable compensation without reference to the actual loss or

damages, which shall have been sustained. In the event of any difference(s)

between the Parties, the decision of the Company shall be final and binding.

2.6.5 Where Company is required to wait for any reason for a Contractor Equipment

which is not made available on the site as per the schedule or during the

operations, Contractor shall be paid zero rate during operation period.

2.6.6 Maintenance: 24 hours per calendar month on non-cumulative basis will be

allowed for maintenance of Rig equipment. During the 24 hours period stand by

rate shall be applicable. Beyond 24 hours per calendar month zero rate shall be

applicable. Incase if deployment days are less than a calendar month, eligible

maintenance hours shall be prorated.

3.0 DEPTH

3.1 The Company reserves the right to direct the Contractor at any time to complete/abandon

the well at a lesser depth or to continue to increased depth depending upon the

circumstances.

3.2 The Company shall specify in its drilling and completion programme the depth of the

well to be drilled by the Contractor. The Company shall have the right to amend such

drilling depths and completion programme at any time.

3.3 CONTRACT DEPTH

Contractor confirms that the Drilling Unit shall be technically & fully capable of drilling

2000 m (750 HP rig) as the case may be. The capacity of the drilling unit will be

governed by the hook load capacity of the rig and associated equipment. The Contractor

shall drill and complete the well as per the drilling and completion programme given by

SOGL. Contract shall be terminated with no liability to SOGL in case the drilling rig unit

is found to be not satisfying the contractual requirement on load function, HP of the rig or

the capability to drill upto required depth. The contractor has to confirm the requirement

as per casing policy and scope of work prior to deployment or offer the services. In case

of failure to drill and complete the well upto the required depth with casing, cementation

Page 24: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 24 -

etc.,the rig shall be removed, contract cancelled without any payment obligations and

PBG invoked.

4.0 COMPENSATION AND PRICING SCHEDULE

4.1 GENERAL

4.1.1 In consideration of Contractor's satisfactory performance of the Services and

fulfilling of all its obligations under and in accordance with the Agreement to the

Tender document, Company will pay Contractor the Contract Price detailed

herein. The Contract Price shall be in full compensation for all the Services to be

performed by Contractor under the Agreement.

4.1.2 The Contract Price shall comprise of all the sums, rates, prices and

reimbursement included in this part as adjusted in accordance with provisions of

Terms and Conditions.

4.1.3 Except as otherwise specifically provided in the Agreement to the Tender

document, the sums, rates, prices and reimbursements included in the terms and

conditions are fully inclusive of all matters, things, risks, costs and expenses

required for the proper and satisfactory performance and completion of the

Services and the fulfillment of Contractor’s obligations, liabilities and

responsibilities under and in accordance with this Agreement to the Tender

document.

4.1.4 All sums, rates, prices and reimbursements detailed hereinafter shall be

applicable as specifically provided for and shall remain firm and fixed for the

duration of the Agreement.

4.1.5 The currency for invoicing and payment shall be in Indian Rupees (INR) or in

United States Dollars (USD) as quoted in the bid. Indian bidders shall be paid in

INR only.

4.2 Pricing Schedule: The descriptions given in the Pricing Schedule as above are intended as

brief descriptions sufficient for identification and payment purposes only and do not

detail every operation involved in carrying out the Services or any part(s) of the Services.

4.3 Mobilisation of Contractor Supply Items and Contractor's Personnel

4.3.1 Company shall give 15 days notice for Mobilisation of Contractors Supply Items

and Contractor's Personnel detailing the time by which Contractor shall be ready

for operations in all respects at the drill site.

4.3.2 At Company's request and upon receipt of Company's notice, Contractor shall

mobilise and deliver all Contractor Supply Items and Personnel required for the

performance of the Services at the Drilling Site.

4.3.3 Prior to mobilisation of the Contractor Supply Items, Contractor shall provide to

Company list of the Contractor Supply Items to be delivered to the Drilling Site.

Page 25: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 25 -

This shall comply but not limited to the items listed in the tender document as

mentioned in Part-III.

4.3.4 Mobilisation shall be complete when contractor’s equipment and personnel are

commissioned / deployed and ready to undertake the performance of the service

to spud the well as stated in the contract agreement, as per the Company’s

required mobilisation schedule given in advance to the contractor or actual

mobilisation. The Company onsite representative shall certify mobilisation and

state in the log sheet and based on that the contractor shall seek SOGL approval.

Only after the SOGL acceptance of the completion of mobilization instructions

for spudding the well shall be issued. From such time the Operations shall be

considered to commence.

4.3.5 Mobilisation amount (Lumpsum) shall be due to be paid only after the

mobilisation at designated site is completed and is certified by the

company on the basis of inspection at site.

4.4 Demobilisation of Contractor Supply Items and Contractor Personnel

4.4.1 At Company's request, Contractor shall demobilise the Contractor Supply Items

from the Drilling Site including, without limitation decommissioning,

dismantling, cleaning up and removal of all pollutants, debris and rubbish,

handling, packing, and crafting (as appropriate with respect to GPCB and

statutory requirements). For the demobilisation the Company shall be liable to

pay only such sums as are stated in the price schedule.

4.4.2 In the event Contractor wishes to use the Contractor’s Rig package and services

(after Mobilisation Date) for any other client for the days on which the Rig

package and services are not required for Company’s operations. Contractor

shall obtain prior written consent of the Company and Contractor’s rates for such

Rig package and services shall stand correspondingly reduced on a prorata daily

basis from the date of such demobilisation up to the date such equipment and

services is remobilized without any cost of mobilization / demobilization to

the Company. However, the Contractor has to make the Rig package and

services available to the Company as per the notice from the Company for

resumption of operations.

5.0 COMPENSATION TO THE CONTRACTOR

5.1 FIRM PRICE

The rates payable shall be firm during the entire duration of one year of the contract and

any extension up to six months. In case any further extension is asked for beyond the

extended period of six months, revised rate on Day rate / Meter rate shall be considered

subject to mutual agreement.

Page 26: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 26 -

Company agrees to pay Contractor for work performed, services rendered and

material/equipment supplied and personnel furnished by Contractor, a sum computed at

the rates specified in price format shall be computed to the nearest half an hour. The

rates for operations to be conducted would be on round-the-clock basis.

The drilling operations and invoicing shall be on day rate / meter rate basis as applicable.

However, the drilling performance will be adhered as per the time norms of the different

operations. In case of non performance as adjudged by the Company man at the site

based on equipment failure, negligence or any other reasonable cause, the payment shall

be made on pro-rata basis keeping in view the operation norms.

5.2 MOBILISATION

Mobilisation shall be treated as completed when the conditions as laid down in Clause

2.5.1 to 2.5.4 are complied with by the Contractor to the satisfaction of the Company and

the Contractor’s drilling rig with all equipment, necessary spares and personnel reaches at

the first designated site of the Company and is ready to spud the well. Lump sum amount

shall be payable after completion of mobilisation.

Inter Location Movement (ILM) of the Contractor’s drilling rig with all equipment,

necessary spares and personnel from one location to the other location designated by the

Company anywhere in the operating area. ILM charge shall be payable in lumpsum as

per price format and shall be governed by clause 5.6. of the tender.

a) A joint survey report of the designated location for rig deployment carried out by

SOGL representative and the Contractor (Layout diagram with dimensions of the

proposed rig & rig package has to be made available on receipt of LOA for

getting the site prepared accordingly. Detail load bearing diagram of the rig

required for construction of rig foundation and drill site)

b) Schedule of activities for completing the mobilization and third party inspection

within the mobilization period.

c) A kick-off meeting will be held at SOGL before completion of mobilisation. At

the kick-off meeting, the Contractor shall submit Bar Chart of the detail drilling

programme activity or schedule of the project.

After the kick off meeting, Contractor shall submit periodical report or any other report

as desired by SOGL, showing progress of activities vis-à-vis the schedule.

5.3 DEMOBILISATION

5.3.1 SOGL shall pay to the Contractor, Demobilisation charges as per agreed price

quote on submission of invoice by the Contractor subject to the conditions laid

down under Clause – 5.3.2 hereunder for the Demobilisation of the drilling unit

as defined under Clause – 1.12.

5.3.2 Notwithstanding the provisions under Clause – 5.3.1, No Demobilisation charge

shall be payable if the drilling unit along with all its accessories and equipment is

moved to another drilling location in the Operating Area (considered as ILM) or

under termination due to Contractor’s fault.

Page 27: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 27 -

5.3.3 Contractor shall demobilize immediately its drilling rig alongwith accessories,

consumables and personnel on receipt of a written notice of demobilization from

the Company, subject to the conditions laid out in Clause 2.4.2 and / or any other

reason which may result in the Company issuing the demobilization notice. The

decision of the Company shall be final and binding on the Contractor for

demobilising its drilling rig immediately on receipt of notice, in writing, from the

Company.

5.4 METERAGE RATE

5.4.1 SOGL shall pay to the Contractor a meterage rate payable per meter drilled from

the moment the rig spuds the well till the drilling and completion upto the target

depth except for non-drilling-operation which shall include the following

operations. These rates are also described in rate applicability chart.

5.4.2 Meterage would be counted from the bottom of the cellar pit.

5.5 In place of meter rate day rate shall be applicable when no drilling operation is involved.

5.6 INTER-LOCATION MOVEMENT CHARGES

5.6.1 The Company shall pay to the Contractor for the inter location movement of the

drilling unit from one location to another as a lump sum amount. Such charges

shall be payable for each Rig move between two locations from the time the

Drilling Unit is released by the Company from one location to the time it is ready

to spud at the next location. No standby charges shall be payable during this

period. It is understood that inter location movement charges shall be payable

only when the total drilling unit is moved and not a part of it. In case the

movement is made in parts when the production testing is on, then no day rate

shall be payable if the equipment or part thereof has started moving.

5.6.2 The Contractor shall be responsible for the up-keep and safe custody of the

Company’s material and equipments lying at the drill site/camp upto the time

after the last consignment of the Contractor’s equipments has been transported.

5.6.3 The Company may ask, at its option, the Contractor to transport the Company’s

stores/equipments to the next site along with its equipment. It would be the

Contractor’s responsibility to return the unconsumed materials of the Company

to Company’s storage site. No additional / extra charges shall be paid by the

Company for such services rendered by the contractor. However, contractor shall

transport up to maximum 8 Trailor loads free of charge beyond which

Transportation shall be provided on chargeable basis. Contractor shall provide

loading and unloading of Company’s and Company’s Sub Contractors materials

on Drill site free of charge.

5.6.4 Inter location movement charges are inclusive for drilling unit as well as camp

movement and shall be paid when drilling unit moves from one location to

another.

Page 28: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 28 -

5.7 DEFICIENCIES

5.7.1 Contractor’s equipment shall be maintained by the Contractor at its own cost in

sound and efficient manner at all times to ensure that entire rig equipments are in

perfect working conditions at all times and that drilling operations are carried out

without any interruptions due to unwarranted breakdown of drilling rig

equipments. It is the responsibility of the Contractor to ensure that periodic

maintenance of its rig equipments, accessories etc. are carried out by the

Contractor at its own cost so that the equipments are fit for drilling operations at

all times during the currency of the drilling operations under this Contract or any

extension thereof. Should the performance of Contractor’s drilling equipment

become unsatisfactory or the general standard of performance of the work

hereunder be materially reduced because of defective drill pipe, drill collars, mud

pumps or other Contractor’s furnished equipment or by reason of Contractor’s

incompetence or negligence, the Company shall give to the Contractor written

notice specifying the causes of its dissatisfaction to correct the specified

deficiency within 7 days failing which the Company shall have the right to

terminate this Contract by giving written notice to the Contractor. In this event,

no demobilisation fees will be payable by the Company. Notwithstanding any

other provision contained in this Contract, the Company shall also recover the

Mobilisation charges, if any, paid in terms of Clause – 5.2 in case the deficiency

occurs during the period of Contract, on pro-rata basis for the period of

performance. In addition to invoking of Performance Bond due to failure of the

Contractor in not executing the Contract faithfully, it is understood that if the

Contractor’s equipment do not perform satisfactorily as described above, no

payment shall be due to the Contractor.

5.7.2 In case the Contractor is denied access to the location of drilling operations due

to non availability of any permit to be arranged by the Company in pursuant to

Clause – 15.1 thereof, then the Contractor shall not be penalised.

5.7.3 In the event of any equipment as per Annexure – V, not brought or not in good

working condition, the rig shall be considered as non-commissioned and Zero

rate shall be applicable. Further, in case, non-availability of any such equipment

in good working condition, which adversely affects the progress of or delays any

operation during the Contract period when any of the day rates is admissible to

the Contractor for the period which is applicable, no payment shall be made to

the Contractor. Over and above the normal period determined for completion of

such operation. However, the Company shall have the absolute right to recover

any losses which it deems fit to recover out of the Contractors’ invoices in the

event the Company suffers losses due to unwarranted delays caused by the faulty

rig equipments or due to negligence of the Contractor’s personnel during drilling

operations. In this connection, the decision of the Company taken after

discussions with the authorized representatives of the Contractor would be final

and binding on the Contractor.

5.7.4 OTHER SERVICES BREAK-DOWN: If any of the services covered under the

scope of this Agreement is/are not operating as per its intended operations due to

which the Drilling Unit cannot perform its intended operations, then the Day

Rate shall not be paid for such period.

Page 29: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 29 -

5.8 PERFORMANCE

The Contractor undertakes to perform all services under this Contract with all reasonable

skill, diligence and care in accordance with sound industry practice to the satisfaction of

the Company and accepts full responsibility for the satisfactory quality of such services.

The Company shall give the Contractor a written notice immediately specifying the

causes of its dissatisfaction to correct the specified deficiency, failing which the

Company shall have the right to recover the damages in the manner as specified in Clause

2.5 or to terminate this contract by giving 07(Seven) days advance written notice to the

Contractor, unless the specified deficiency is corrected. In this event, no Demobilisation

fees will be payable by the Company and notwithstanding any other provisions contained

in the Contract. SOGL shall recover the Mobilisation charges, if paid in terms of Clause –

5.2 on pro rata basis for the period of performance, in addition to invoking of

performance bond due to failure of the Contractor in not executing the contract faithfully,

if at any time during the term of this contract breakdown of Contractor’s equipment

results in Contractor being unable to perform its obligations hereunder for a period of 7

(Seven) consecutive days (not including Force Majeure delay or break down of

Contractor’s equipment caused by a well blow-out or all the consequences thereof), the

Company at its option, may terminate this contract, in its entirety without any further

right or obligation on the part of the Company except for the payment for the work done

5.9 PERFORMANCE BOND

The Contractor shall furnish to SOGL on the date of signing of the Contract an

irrevocable and unconditional letter of guarantee from a Bank acceptable to the Company

for a sum equivalent to 7.5% of Contract Value (in the proforma as per Annexure – II).

The irrevocable letter of guarantee shall be drawn in favour of Sintex Oil and Gas Ltd

and shall be valid up to a date 180 days beyond the last date of initial period of this

Contract or any extension thereof. In the event of the Contractor failing to honour any of

the commitments entered into under this contract and/or in respect of any amount due

from Contractor to the Company, the Company shall have the unconditional option under

the guarantee to invoke the said guarantee with the Bank and claim the amount from the

Bank. The Bank shall be obliged to make the payment directly to the Company upon

demand without the Bank having to take any permission from the contractor in this

regard. The Contractor further agrees to extend the period of this guarantee or to furnish a

fresh guarantee if the Company decides to extend the period of this Contract as stated in

the clause – 2.2 on same terms and conditions of the agreement.

6.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL TO BE

PROVIDED BY THE CONTRACTOR

6.1 Materials, Supplies, Equipment and Services

6.1.1

i) Contractor shall provide and maintain at its cost all items specified in

Annexure – III.

Page 30: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 30 -

ii) Contractor shall have the drill string and other equipment NDT (Non-

Destructive Testing) inspected by Vetco Tuboscope or any other reputed

recognised inspection agency mutually acceptable to the parties, prior to

the spudding of the well at Contractor’s cost. Records of such inspection

will be made available by Contractor to the Company. The Company

shall at any point of time, have the right to request the Contractor to have

the drill string inspected by a recognised inspection agency (as

mentioned above) at Contractor’s cost.

iii) Contractor shall provide suitable arrangement for boarding and lodging

of Contractor’s personnel. Contractor shall provide boarding & lodging

for up to 08 (eight) Company personnel including 3rd party operations

free of charge at drill site in the bunk house for continuous duty.

6.1.2 Contractor shall provide complete mobile Drilling Rig with trucking equipment

conforming to the standards mentioned in the technical specification, Annexure –

V and road worthy as per RTO rules.

6.1.3 Contractor shall make all necessary arrangements for carrying out all operations

with diligence in a safe workman like manner, in compliance with all instructions

and policies of the Company consistent with the provisions of the Contract

including drilling, well control, Safety instructions etc. and that wrt DGMS,

OISD and GSPC.

6.1.4 It shall be the responsibility of the Contractor for the operation of the drilling

rigs, including but without limitations, drilling, Supervising, moving between

well locations in the Company Oil fields and positioning the Drilling Rig and

camp at locations as required as well as such operations at the drill site as may be

necessary or desirable for the safety of the Drilling Rig Operations under this

Contract in line with standard international Oil Field practices.

6.1.5 It shall be the responsibility of the Contractor for taking all reasonable care for

the entire rig package and successful operations as per standard International

drilling industry practices.

6.1.6 It shall be the responsibility of the Contractor for maintaining accurate records

and submitting to the Company Daily Drilling Report (DDR) in IADC proforma

duly countersigned by company man. The Contractor shall also submit the Well

Completion Report at the end of the operations at the designated well.

6.1.7 Safety

a) It shall be the responsibility of the Contractor for maintaining all drilling and

safety equipment in good condition at all times using all reasonable means to

control and prevent fires and blow-out and to protect the hole.

b) It shall be the responsibility of the Contractor for testing the blow-out

prevention devices by making a pressure test at the time of every nippling up

as per API-RP 53 or at other times as instructed by SOGL’s authorised

Page 31: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 31 -

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

Report.

c) It shall be the responsibility of the Contractor for keeping the hole and all

string of casing filled with drilling mud at all times.

d) It shall be the responsibility of the Contractor for using Kelly Saver sub with

protector.

e) The Contractor shall provide all the safety kits & liveries and PPE to the

workers at the site as per oil industry practices. All statutory obligations

under Labour laws and explosive licenses are the responsibility of the

contractor.

f) The successful bidder has to submit its HSE policy to SOGL before signing

the contract agreement.

g) Over pressure protection devices shall be fitted to any pressure containing

equipment that may be subject to pressures exceeding their maximum

allowable design pressure. All protective devices shall carry valid and current

certification.

h) The Contractor’s work cabins shall have adequate hand held extinguishers

suitable for dealing with minor fires.

i) The contractor shall submit the Emergency Response Plan along with details

of emergency drills (types of drills and frequency).

6.1.8 It shall be the responsibility of the Contractor for maintaining at its cost adequate

stock level of Contractor’s items equipment and spares and replenishing as

necessary. Repairing all Contractor’s items and providing adequate spare parts

and materials required thereof.

6.1.9 It shall be the responsibility of the Contractor for providing competent and

efficient personnel acceptable to the Company.

6.1.10 It shall be the responsibility of the Contractor for transportation of Contractor’s

and the Company equipment and personnel.

6.1.11 It shall be the responsibility of the Contractor for providing first aid medical

attention for Contractor’s and the Company’s personnel at the rig site and

medical services for Contractor’s personnel. Contractor shall keep Ambulance

with complete life saving equipments and medicines with paramedical staff at

drill site round-the-clock.

6.1.12 It shall be the responsibility of the Contractor for providing assistance in all

services performed by service companies used in the operations in so far as can

be done with Contractor’s personnel.

Page 32: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 32 -

6.1.13 It shall be the responsibility of the Contractor for furnishing all fuel (HSD, POL

etc.) used on the drilling rig, Contractor’s camp and vehicles. Any license to be

taken in this regard shall be the responsibility of the contractor.

6.1.14 It shall be the responsibility of the Contractor for Loading and unloading and

storage at drill site of all Contractor’s and the Company equipment and other

service provider’s material etc. required for drilling of the wells under the

Contract.

6.1.15 It shall be the responsibility of the Contractor for providing hygienic drinking

water at site and camp.

6.1.16 It shall be the responsibility of the Contractor for supplying any equipment,

services etc. which are not included in obligation of Contractor but required in

connection with the drilling operations or services at no obligation to the

Company.

6.1.17 It shall be the responsibility of the Contractor for taking care for containment and

control of environment as well as pollutants at the drill site and follow the GPCB

guidelines.

6.1.18 Drilling Bits: SOGL shall provide drilling bits. If required and asked for, the

contractor has to provide motor compatible special / premium TCR / Advanced

PDC drilling bits for all phases of hole size to accomplish drilling operation in

fast & efficient manner. The selection of bits shall be carried out by SOGL

representative. Bidder has to procure the bits from M/s Baker-Hughes / M/s

REED Hycalog / M/s Smith Drilling Services / M/s Halliburton Export Inc / M/s.

Warren. Service charge shall be paid @ 5 % of the value in addition to the

Invoiced/Landed cost of the bits including taxes on such purchase.

6.1.19 Contractor shall provide the complete rig layout plan for civil works at drill site

and along with the placement of Bunk Houses, foundation drawing with

dimensions and load factors, accessory equipment and utility systems.

6.1.20 Besides Top Drive, contractor shall provide Kelly, Kelly Spinner, Swivel etc., as

a stand-by measure in case of failure of Top Drive. In the event of failure of Top

Drive System (TDS) of the rig and if SOGL decides to continue drilling

operation without TDS, 1/3rd of applicable day rate for the rig and other services

shall be deducted from original respective day rates for the period drilling

operations are carried out without TDS. However, the time consumed for de-

rigging and subsequent rigging of TDS will be covered under Zero rate for the rig

as well for other Services till the operation is resumed with TDS.

6.1.21 In case of short supply / availability of any equipment / tools / consumables etc.

to be supplied by the Contractor due to which drilling performance is affected,

penalty clause shall be applicable according to which 1/3rd of applicable day rate

for the rig and other services shall be deducted from original respective day rates

for the affected period.

Page 33: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 33 -

6.2 CONTRACTOR PERSONNEL

6.2.1 The Contractor shall deploy the following minimum personnel for the drilling

operations on 12 hours shift basis as per details below:

(a) KEY PERSONNEL

DESIGNATIO

N

Day Shift

Night Shift

Experience in

respective

categories with

reputed oil

companies

Project

coordinator

(Station at base

office

Ahmedabad)

General Shift

10 Years

Rig Manager/

Superintendent

General Shift

10 Years

Tool Pusher 1 0 5 Years

Tour Pusher 0 1 5 Years

Driller 1 1 5 Years

Assistant Driller 1 1 3 Years

Chief Mechanic General Shift

3 Years

Chief

Electrician

General Shift

3 Years

(a) OTHER PERSONNEL

DESIGNATION Day Shift Night Shift

Derrick Man 2 2

Floor Man 4 4

Mechanic 1 1

Electrician 1 1

Page 34: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 34 -

Welder 1 1

Roustabout/

Unskilled labour

4 4

Crane Operator 1 1

Driver 1 1

Medical (MBBS) General Shift

Communication

Operator 1

1

Safety Officer General Shift

Security 1 1

Above formation of the crew is minimum. The Contractor can deploy more than these personnel at his

cost to achieve the job efficiently at his own initiative.

Note: It is mandatory for the Contractor to deploy the required persons for operations as per DGMS /

OISD regulations failing which operations shall be stopped and Zero rate shall be applicable besides the

deduction for short deployment as mentioned above.

6.2.2 Other Conditions:

a) Contractor shall be solely responsible throughout the period of this

contract for providing all requirements of his personnel including but not

limited to, base accommodation, transportation, boarding, medical attention

and claims, vacation and time off allowances, travel and any other benefits

due to such employees by law or otherwise. the Company shall have no

responsibility or liability in this regard.

b) Contractor shall before deputing his team of personnel under this contract

provide to the Company a list of such personnel, giving their names, age,

educational and technical qualifications and experience for perusal and

approval by the Company.

c) Contractor to provide the total Rig crew. The rig crew to be well conversant

with all operations of drilling including Side-track / High angle and

competent to take up the jobs of casing preparation and running, tubing

preparation and running, assisting the services crew like that of SDMM,

MWD, Liner Hanger, Whip-stock, Cementing, Mud services, Well testing

and completion, Fishing etc.

Contractor also to provide crane facility and ‘Un-skilled labour on the

Drilling Rig to load and unload all Operators’ equipment, materials and

Page 35: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 35 -

supplies: Such materials include casing pipes and other well consumables to

be supplied by SOGL or its other service providers.

d) Contractor shall furnish at his sole expense and under his exclusive

responsibility competent supervisory and technical personnel to perform the

work stipulated in this contract.

Contractor shall be responsible for securing work permit and Restricted Area

Permit (RAP) from the government for contractor’s employees and

personnel. The company shall provide assistance if required for these

permits.

The category wise list of personnel to be deployed for performing the

contract should be attached with the bid indicating classification and break

up into key personnel and other personnel as stipulated above.

Contractor’s key personnel shall be fluent in English language.

e) The Contract for drilling operations under this tender shall be a job contract

and not based on manpower requirement. SOGL shall not be liable for any

kind of legal or statutory obligations to absorb or provide employment to any

of the Contractor’s personnel under any condition.

7.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL TO BE

PROVIDED BY SOGL

7.1.0 MATERIALS, SUPPLIES, EQUIPMENT, SERVICES & PERSONNEL

7.1.1 The Company will provide at its cost all items supplied in Annexure – III hereto

the heading “furnished by” and “At the expenses of” and designated by “O”

against each items.

a) the Company will provide following consumables required for operation

as per Geotechnical order (GTO):

i) Casing / liner hanger, Tubing and accessories

ii) Well Head, X – mass tree

iii) Bits for drilling and coring: SOGL will provide all the required

drilling bits. The contractor, if asked for in writing by SOGL,

shall procure and use at the cost of SOGL, to have a safer and

speedy drilling performance.

b) The Company will provide an approach road to drill sites.

c) The Company may engage its own or third party supervisors for QC of

operations such as Geologists, drilling engineers, cementing, mud

chemist and logging professionals etc.

7.1.2 All items of equipment, materials, supplies and services required for operations

hereunder, other than those items set forth in clause – 7 hereof or otherwise

required to be replaced will be provided by the Company, or at Company’s

option, if such items or any other item which SOGL is supposed to provide under

Page 36: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 36 -

this Contract and it is made available by the Contractor and billed, to be

reimbursed by the Company at actual invoice cost plus actual documented

freight, packing and insurance costs or concessions on such items plus applicable

taxes in addition to 5 % handling charge except in case of bits of contractor’s

choice.

7.1.3 Any equipment, material or supplies purchased by Contractor on account of the

Company shall thereafter become the property of the Company upon payment by

the Company.

7.2 Transfer of Ownership:

7.2.1 For Contractor’s Manufactured items: Transfer of Ownership takes place

once the goods are loaded on to the carriage, even if Contractor arrange

the transport on SOGL’s behalf. The invoice for the supplies of goods

made from the Contractors’ works will be made at the time of dispatch

from Contractors’ works.

7.2.2 For Bought out items: Transfer of Ownership takes place by endorsement

of documents of title by the Contractor in favour of SOGL during the

transit period. The invoice for the supplies of bought out goods made

from the sub vendor’s works will be made during the transit of such

goods from sub vendor’s works to the site of the project.

7.2.3 Local Items: For goods supplied from within the state of Gujarat, the title

in respect of such equipment and materials shall pass to SOGL when the

equipment and materials are delivered to the Site. The invoice for

supplies made from within the state where the site is located will be

made on dispatch of the material for site.

7.2.4 Off-Shore items: Ownership of the goods imported from other country

and sold on High Sea Sale (HSS) basis to SOGL, shall be transferred to

SOGL in the following manner – A high sea sales through endorsement

of the bill of lading or such other document will be affected and the title

in relation to such imported goods before entering the territorial waters of

India will be passed on to SOGL. A HSS agreement shall be executed for

said items. The HSS invoice for the goods sold on HSS will be made on

execution of HSS agreement and endorsement of the document.

7.3 SOGL’S INSTRUCTION

The Company may from time to time through its authorised representative or

representatives, issue written or oral (to be followed by writing) Instructions to Contractor

concerning operations.

8.0 INSPECTION OF MATERIALS

8.1 INSPECTION BY COMPANY

Page 37: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 37 -

Company shall have the right to inspect and reject for any valid cause any items furnished by

Contractor and Contractor shall replace with items free of defects, or repair at his sole expense

such items so rejected, to the satisfaction of the Company.

8.2 INSPECTION OF CONTRACTOR

Contractor agrees to perform a visual inspection, by its personnel of all materials and

appliances furnished by the Company when delivered into Contractor’s possession and

shall notify the Company’s representative of any apparent defects observed therein so

that the Company may replace such defective materials or appliances. If Contractor fails

to notify the Company of any apparent defects as provided above, it shall be conclusively

presumed that such materials and appliances are free from such apparent defect.

Contractor shall not be liable for any loss or damage resulting from the use of materials

or appliances furnished by the Company containing latent defects. Upon the completion

and/or the termination of this Contract, Contractor shall return to the Company’s storage

site all machinery, equipment, tools, spare parts and supplies received by Contractor from

the Company or purchased by Contractor on the Company’s account and not used or

consumed in the operations, in as good a condition as received by Contractor, normal

wear and tear excepted. If damage to any the Company’s equipment is caused due to sole

negligence or other fault of the Contractor, same will be repaired or replaced at

Contractor’s cost. Contractor shall, if requested by the Company also maintain or repair

at its cost, any of the Company’s items on the drilling unit which Contractor is qualified

to and can maintain or repair with Contractor’s normal contingent of personnel and the

equipment on the Drilling Unit provided however, that the Company shall at its cost

provide all spare parts and materials required to maintain and repair the Company items.

9.0 INVOICING & PAYMENT

9.1 INVOICING

The Contractor shall raise the invoice at the end of each month for the services rendered

in accordance with the provisions under this Contract, detailing out the services

performed, rates payable and the total amount claimed along with duly signed by SOGL

representative IADC reports. However, if the company’s representative does not sign the

IADC report, within 7 days of receipt, without stating any written and formal objection or

dispute, the IADC report shall be deemed as accepted. This invoice would first be

submitted to the Company representative for certification along with IADC DDR who

will cause it to be certified within 15 days from the date of receipt of invoice and intimate

the deduction if any. The company shall make payment of undisputed invoice amount

within 30 days from the date of receipt of Invoice.

9.2 If any deduction is made from the Invoice of the Contractor, the Contractor shall be

informed by the Company along with reasons for such deduction.

9.3 The disputed amount shall be paid to the Contractor within 30 days from the date of the

resolution of the dispute to the satisfaction of the Company.

9.4 No interest shall be payable on any claim referred to arbitration on claim disputed.

9.5 PLACE OF PAYMENT

Page 38: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 38 -

Company agrees to make all remittances under this Contract into Contractor’s account

within India or abroad as per the Bank account particulars provided by the Contractor.

9.6 SOGL’S RIGHT TO QUESTION THE AMOUNT CLAIMED

a) Payment of any invoice shall not prejudice the right of SOGL to question the

allow ability under this Contract of any amounts claimed therein, provided SOGL

within one year after the expiry of this Contract, delivers to Contractor, written

notice identifying any item or items which it questions and specifying the reasons

thereof. In the event of such a notice being given by the Company to Contractor,

adjustments, if any, shall be made on mutual agreement basis.

b) The Contractor shall provide on demand a complete and correct set of records

pertaining to all costs for which it claims reimbursement from the Company and

as to any payment provided for hereunder, which is to be made on the basis of

Contractor’s costs.

9.7 MODE OF PAYMENT

a) The Company shall make payment in the same currency as per Price format in

the Contract. Indian contractor shall be paid in INR only.

b) The currency of price format will not be allowed to be changed.

9.8 FINAL INVOICE

a) Any and all claims not specifically reflected and included in the final bill, in

accordance with the provisions of this Clause, thereof shall be deemed to have

been waived by the Contractor and the Company shall have no liability in respect

thereof. The Contractor shall not be entitled to raise or include in the final bill or

subsequently at any time, any claim(s) other than those mentioned in the final

bill.

b) No claim shall, on any account or ground, be made by the Contractor after the

final bill with the intent that the final bill prepared by the Contractor shall reflect

any and all claims, whatsoever, of the Contractor against the Company arising

out of or in connection with the Contract or work performed by the Contractor

there under or in relation thereto and the Contractor shall notwithstanding any

enabling provision in the Contract or in any Law and notwithstanding any claim

in quantum merit that the Contractor could have in respect thereof be deemed to

have waived any and all such claims not included in the final bill and to have

absorbed and discharged the Company from and against the same even if not

including the same as aforesaid, the Contractor shall have acted under a mistake

of law of fact.

9.9 DISCHARGE OF SOGL LIABILITY

The acceptance by the Contractor of any amount paid by the Company to the Contractor

in respect of the final bill of the Contractor upon condition that the said payment is being

made in full and final settlement of all the dues and claims of the Contractor, be deemed

to be in full and final settlement of all the dues and claim of Contractor notwithstanding

Page 39: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 39 -

any qualifying remark, protest or condition imposed or purported to be imposed by the

Contractor relative to the acceptance of such payment with the intent that upon

acceptance by the Contractor of any payment made as aforesaid, all the dues and claims

of the Contractor under the Contract as well as the settlement of disputes (Arbitration)

Clause – 23.0 hereof, shall stand extinguished.

10.0 CASING PROGRAMME

The casing programme to be followed in the drilling of wells under the Contract shall be as

specified by the Company.

11.0 MUD PROGRAMME

Contractor shall carry out drilling using the conventional or KCl-PHPA–Xanthum Gum–

Polyamine based non damaging drilling fluid (NDDF) or KCL-XC Polymer-CaCO3 Non-

damaging Drilling Fluid (NDDF) low solid, low weight mud system and / or such other mud

system as specified by the Company with water loss, weight, viscosity, in accordance with mud

programme as SOGL may decide as per international oilfield practices. At all times Contractor

shall exercise due diligence in keeping the hole and all strings of casing and space between

casings (annulus) filled with drilling mud. Contractor shall keep watch on drilling mud

parameters atleast twice in each hour particularly for weight and viscosity. The Contractor shall

record the key mud parameters in its Daily Drilling Report. Maintenance of proper mud

parameters as per the programme is the sole responsibility of the Contractor. This clause shall be

applicable even if the mud engineering services contractor is different from the drilling

contractor.

12.0 PERFORMANCE OF THE WORK

12.1 INDEPENDENT CONTRACTOR RELATIONSHIP

a) Contractor, directly and through its employees, shall perform all works connected

with the drilling operations herein contemplated. In the performance of this work

Contractor is an independent entity and is completely responsible to control and

execute the details of the work the Company being interested in proper execution

and results obtained. The work contemplated herein shall meet the approval of

the Company and be subject to the general rights of direction and inspection.

Neither Contractor’s employees nor employees of its Sub-Contractor’s, shall be

considered employees of the Company.

b) Contractor shall at all times, have full responsibility for control, direction and

supervision of operations being carried out under this Contract except when and

to the extent that the Company assumes control and supervision of operations.

c) Contractor shall have complete responsibility regarding the safety of operations

of all systems and all personnel on the Drilling Unit. The extent of Contractor’s

responsibility shall include but not be limited to making final decision regarding,

Well Control Measures, Actions and any procedures adopted at site in the event

of blow-out, cratering or similar catastrophe.

Page 40: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 40 -

12.2 COMPANY AND CONTRACTOR’S REPRESENTATIVE

a) The actual performance and superintendence of all work hereunder shall be by

Contractor.

b) The Company shall designate in writing, representative or representative(s) who

shall at all times have complete access to the Drilling Unit for the purpose of

observing inspection or supervising the work performed by Contractor in order to

judge whether in the Company’s opinion, Contractor is complying with the

provisions of this Contract. SOGL shall notify Contractor in writing of the

name(s) and authority of its representative or representatives. Such representative

or representatives shall be empowered to act for the Company in all matters

relating to Contractor’s performance of the work herein undertaken. Contractor

agrees at all times to co-operate with and extend assistance to employees of the

Company or employees of the Company’s Contractors performing any function

under this Contract.

c) Contractor shall designate a Manager-in-charge of Contractor’s Drilling Unit,

Contractor shall notify SOGL in writing of the names(s) and authority of the

representative or representatives. Such representative or representatives shall be

fully capable and empowered to act for Contractor in all matters relating to

Contractor’s performance of the work in accordance with the provisions of this

Contract. Contractor shall establish an office in Kalol or Ahmedabad for proper

liaison and coordination having proper communication facilities.

12.3.1 The Contractor shall, at its own cost, comply with the provisions of all laws,

rules, orders and regulations and notification whether central or state or local as

applicable to him or to this Contract from time to time. These Acts/Rules include,

without limitation, the following:

a) Minimum Wages Act & Rules and orders and notifications issued there

under from time to time.

b) Contract Labour (Regulations and Abolition) Act, 1970 with Rules,

orders and notifications made there under from time to time.

c) Industrial Disputes Act, 1947 with Rules, orders and notification issued

there under from time to time.

d) The Workmen’s Compensation Act with Rules, orders and notification

issued there under from time to time.

e) Mines Act, Factories Act or Shops and Commercial Establishments Act,

whichever applicable with Rules, orders and notifications issued there

under from time to time.

f) Payment of Gratuity Act, 1972 with Rules, Orders and notification issued

there under from time to time.

Page 41: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 41 -

g) Payment of Bonus Act, 1965 with Rules, order and notifications issued

there under from time to time.

h) Payment of Wages Act, 1965 with Rules, orders and notification issued

there under time to time.

i) Provident Fund Act with Rules, orders and notifications issued there

under from time to time.

The Contractor shall have to obtain Provident Fund Registration Number

from the appropriate authority. In case it is not applicable, necessary

certificate to that effect shall have to be obtained from appropriate

authority.

j) Oil Mines Regulations, 1984.

k) Environment Protection Act, 1986 as amended thereafter on 14.9.2006.

l) All other Acts/Rules/Regulations, bye-laws, orders, Notifications etc.

present or future applicable to the Contractor from time to time for

performing the Contract.

m) The Contractor must confirm in writing that all the equipment supplied

with the rig shall have proper statutory approval or certificate from the

concerned authority like DGMS etc, wherever necessary.

n) The Contractor should follow the Health Safety and Environment (HSE)

guidelines as per the Company policy.

12.3.2 SAFETY AND LABOUR LAWS

All Safety and Labour Laws enforced by statutory agencies and by the Company

shall be applicable in the performance of this contract and Contractor shall also

abide by these laws. The Contractor shall also register itself under Contract

Labour (R & A) Act, 1970 and obtain necessary license before start of operation.

12.3.3 PAYMENT OF WAGES TO WORKMEN

The Contractor shall pay the wages directly to the workmen, without any

intervention of any middlemen, by whatever name called. The Contractor shall

also ensure that no amount by way of commission or otherwise is deducted or

recovered by the middlemen from the wages of workmen. The Contractor shall

follow all applicable labour laws, medical and provident fund liabilities as per

government laws.

12.4 DEVIATION OF THE HOLE

Contractor shall take all steps and precautions in accordance with good international

oilfield practices in the area of operations to drill a hole, which will not deviate from the

limits specified by the Company. Contractor shall run angle measuring devices (TOTCO,

etc.) acceptable to and at such intervals as may be directed by the Company.

Page 42: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 42 -

12.5 DRILL PIPE MEASUREMENT

Besides go-gauging all the tubular including tubings, Contractor shall measure the total

length of the tubulars in service with a steel tape before setting casing or liner, before

logging, after reaching final depth and whenever requested by SOGL and promptly enter

all such measurement in the Daily Drilling Report.

12.6 PREVENTION OF FIRE AND BLOWOUT

a) Contractor shall use the Blow-out Prevention Equipment specified in this

Contract, on all strings unless otherwise directed by the Company. Contractor

shall maintain well Control Equipment in good condition at all times and shall

take all reasonable and possible steps to control and prevent blowouts and fire

and to protect the well.

b) Contractor shall test the Blow-out Prevention devices making a pressure test as

per API-RP 53 at least once every seven (7) days, or at such other times as

instructed by the Company representative. Contractor shall record the results of

all such tests in Daily Drilling Report.

c) Contractor shall use all reasonable means to keep the hole and all strings of

casing/drill pipes/tubings filled with Drilling fluid at all times.

d) Contractor shall use Kelly sub-protectors and protect drill pipe, casing, tubings

through use of appropriate protectors.

12.7 DISCIPLINE

Contractor shall carry out operations hereunder with due diligence and in a safe and

workman like manner according to good international oilfield practices.

Contractor and the Company shall maintain strict discipline and good order among their

respective employees, and their respective sub-Contractor’s employees if any, and shall

abide by and confirm to all rules and instruction promulgated by the Company and

Contractor governing the Drilling Operations. Should the Company feel for just cause,

that the conduct of any of Contractor’s or its sub-Contractor’s personnel is detrimental to

the Company’s interests, the Company shall notify Contractor in writing for removal of

such personnel. Contractor shall remove immediately and replace such an employee/

employees at Contractor’s expense within seven (7) days. If no replacement has been

provided within this time, the Company shall reduce the daily rate by the amount

specified for this category in Price format (Annexure – VII) until such time the

replacement has been provided. The person so removed shall not be employed again

without the prior written consent of the Company. Contractor shall not permit any of its

employees, representatives, agents or sub-contractors to engage in any activity which

might reasonably be considered to be contrary or detrimental to the interest of the

Company.

12.8 SAFETY

Contractor shall take all measures necessary or proper to protect the personnel, workers,

facilities and shall observe all safety rules and instructions including provision of safety

gears to its personnel (and that of its sub-contractor’s) at its own cost. No smoking shall

be permitted inside the wellsite campus, and jobs such as welding etc., will be carried out

Page 43: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 43 -

with full safety and precautions. Contractor shall provide Ambulance with complete life

saving equipments and medicines with paramedical at drill site round-the-clock. The

Contractor shall display all safety instructions and emergency response plans alongwith

complete rig and well details at the common places and the entrance of well site.

12.9 COMPLETION OR ABANDONMENT

Contractor agrees to perform all work necessary to drill, complete or abandon the well in

a manner as specified by the Company only.

13.0 SAMPLES, CORING AND FORMATION TESTS

13.1 SAMPLES

Contractor shall take and preserve the cutting samples of the formations penetrated with

proper labelling of depth and proper lag time. The frequency, at which samples are to be

obtained, shall be programmed by the Company.

13.2 CORING

Contractor shall make available core barrels and such other allied equipment at his own

cost and shall core at such depths as the Company specifies and shall deliver all cores

recovered, in the containers, properly labelled and shall not allow any third party access

to said cores of samples or any data without Company’s prior written consent.

13.3 FORMATION TESTS

During the course of Drilling in any well, if evidence of Oil & Gas is seen through

fluorescence, gas cut or change in mud density and drill cuttings etc., the Contractor shall

immediately notify the Company man / geologist / chemist etc. The Contractor shall

follow the operational instructions of the Company thereafter.

14.0 RECORDS TO BE FURNISHED BY CONTRACTOR

14.1 WELL RECORDS

Contractor shall keep an authentic log and history of each well on the Daily Drilling

Report prescribed by the Company and upon completion or abandonment of the well,

deliver to SOGL the original history and log book, properly signed, and all other data and

records of every nature relating to the drilling, logging, casing, cementation, completion

and testing of the well.

Such report shall include the depth drilled, formations penetrated, interval cored, and

percentage recovery and any other pertinent information relating to the well including

mud loss and the complications.

14.2 WAREHOUSE RECORDS

Contractor shall deliver to the Company delivery receipts and other warehouse records

received by Contractor, covering any material or supplies furnished by the Company. The

quantity, description and apparent condition of materials and supplies so received shall be

confirmed by Contractor.

Page 44: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 44 -

15.0 PERMIT & LICENSES

15.1 INGRESS AND EGRESS AT LOCATIONS

The Company hereby agrees that it shall provide Contractor with sufficient rights of

ingress/egress to and possession of the location where the well is to be located including

any drilling permits required for the performance by Contractor of all works

contemplated by this Contract. In the event of any restrictions, conditions, or limitation in

the Company’s permit, which would affect the free right to ingress, egress and possession

to be exercised by Contractor hereunder, its employees or its sub-contractor, the

Company agrees promptly to advise Contractor in writing with respect to such

restrictions, conditions or limitation and Contractor agrees to observe the same. In case

the Contractor is denied access of the location for any reason, any time lost by Contractor

as a result of such denial shall be paid in accordance with Clause - 4 of General terms and

conditions.

15.2 DRILLING UNIT LICENSES

Contractor agrees that it shall secure all permits and licenses for operation of the drilling

Unit in operating area, if required and Contractor shall pay all expenses in this regard.

16.0 INSURANCE, LIABILITY AND INDEMNITY AGREEMENTS

16.1 INSURANCE

16.1.1 Contractor shall arrange comprehensive insurance to cover all risks in respect of

their personnel, materials and equipment belonging to Contractor or its sub-

contractors during the currency of the Contract.

16.1.2 Contractor shall at all time during the currency of the Contract provide, pay for

and maintain the following insurances amongst others:

a) Comprehensive workmen compensation insurance as required by the

laws of the country of origin of employee.

b) Employer’s liability insurance as required by law in the country of origin

of employee.

c) General public liability insurance covering liabilities including

contractual liability for bodily injury, including death of persons, and

liabilities for damage to property. This insurance must cover all

operations of Contractor required to fulfill the provisions under this

contract.

d) Contractor’s equipment provided by the Contractor for performance of

the work hereunder shall have an insurance cover with a suitable sum

insured.

Page 45: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 45 -

e) Automobile public liability insurance covering owned, non-owned and

hired automobile used in the performance of the work hereunder, with

bodily injury limits as per Indian insurance regulations.

16.1.3 Contractor shall furnish to the Company prior to commencement date, certificate

of all its insurance policies relating to Contractor’s operations hereunder

indicating:

a) kinds and amount of insurance as required herein;

b) insurance company or companies carrying the aforesaid coverage;

c) effective and expiry dates of policies;

d) Territorial limits of policies.

16.1.4 If any of the above policies expire or is cancelled during the term of this Contract

and Contractor fails for any reason to renew such policies, then the Company will

renew/replace the same and charge the cost thereof to Contractor. Should there

be a lapse in insurance required to be carried by Contractor hereunder for any

reason whatsoever, loss/damage claims resulting therefrom shall be to the sole

account of Contractor.

16.1.5 Contractor shall require all of his sub-contractor to provide such of the foregoing

insurance coverage as Contractor is obliged to provide under this Contract and

inform the Company about the coverage prior to the commencement of

agreement with its sub-contractor.

16.1.6 All insurances taken out by Contractor or his sub-contractor shall be endorsed to

provide that the underwriters waive their rights of recourse on the Company.

16.1.7 It shall be the responsibility of the Contractor to recover the insured amounts

from its insurers in the event of any accident, mishap, blow-out caused due to

negligence of Contractor’s personnel or due to whatsoever and Contractor agrees

to indemnify and hold Company harmless from any and all losses / liabilities that

may arise to the Contractor during drilling operations at SOGL’s well sites

during the currency of the Contract.

16.2 LIABILITY

16.2.1 Except as otherwise expressly provided, neither the Company nor its servants,

agents, nominees, Contractors, or sub-contractors, shall have any liability or

responsibility whatsoever to whomsoever (including the owner) for loss and / or

damage to the equipment / property of Contractor and/or its Contractors or sub-

contractor, irrespective of how such loss or damage is caused unless caused by

willful and gross negligence of the Company and/or its servants, agents,

nominees, assignees, contractors and sub-contractors. Contractor shall protect,

defend, indemnify and hold harmless the Company from and against such loss or

damage and any suit, claim or expense resulting therefrom.

16.2.2 Neither the Company nor its servants, agents, nominees, assignees, contractors,

sub-contractor shall have any liability or responsibility whatsoever for injury to,

illness, or death of any employee of Contractor and/or of its Contractors or sub-

Page 46: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 46 -

contractor irrespective of how such injury, illness or death is caused unless

caused by willful and gross negligence of the Company and/or its servants,

agents, nominees, assignees, contractors and sub-contractor. Contractor shall

protect, defend indemnify and hold harmless the Company from and against such

loss or damage and any suit, claim or expenses resulting therefrom.

16.2.3 Except as otherwise expressly provided neither Contractor nor its servants,

agents, nominees, contractors, sub-contractors of contractor shall have any

liability or responsibility whatsoever to whomsoever (including the owner) for

loss of or damage to the equipment and/or loss or damage to the property of the

Company. unless caused by willful or gross negligence of Contractor and/or its

servants, agents, nominees, assignees, contractors, sub-contractors. The Company

shall protect, defend, indemnify and hold harmless Contractor from and against

such loss or damage and any suit, claim or expense resulting therefrom. Material

issued to the Contractor by the Company for use has to be properly protected and

accounted for.

16.2.4 Neither Contractor nor its servant, agents, nominees, assignees, contractors, sub-

contractors shall have any liability or responsibility whatsoever to whomsoever

for injury to, illness, or death of any employee of the Company unless caused by

willful or gross negligence of Contractor and/or its servants, agents, nominees,

assignees, contractors and sub-contractors. The Company shall protect, defend,

indemnify and hold harmless Contractor from and against such loss or damage

and any suit, claim or expense resulting therefrom. However, the Contractor has

to take care of the Company personnel deployed at site from any kind of physical

harm due to negligence in the operations or using unsafe practices.

16.3 INDEMNITY AGREEMENT

Contractor agrees to protect, defend, indemnify and hold the Company harmless from and

against all claims, suits, demands, and causes of action, liabilities, expenses, cost, liens

and judgement of every kind and character, without limit, which may arise in favour of

Contractor’s, employees, agents, contractors and sub-contractor or their employees on

account of bodily injury or death, or damage to personal property as a result of the

operations contemplated hereby, regardless of whether or not said claims, demands or

causes of action arise out of the negligence or otherwise, in whole or in part, or other

faults.

16.4 POLLUTION OR CONTAMINATION

Notwithstanding anything to the contrary contained herein, it is agreed that the responsibility and

liability for pollution or contamination shall be as follows:

a) The Contractor shall assume all responsibility and liability for cleaning up and

removal of pollution or contamination which originates above the surface from

spills of fuels, lubricants, motor oils, pipe dope, paints, solvents and garbage

wholly in Contractor’s possession and control and/or directly associated with

Contractor’s equipment and facilities, howsoever caused; and that originating

from normal water based and/ or polymer based drilling fluid and drill cuttings.

Page 47: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 47 -

b) In the event a third party commits an act of omission which results in pollution or

contamination for which the Contractor, by whom such party is performing work

is held to be legally liable, the responsibility shall be considered of the Contractor

for whom the job was performed and liability as set forth above in (a), would be

specifically applied.

17.0 CLAIMS, TAXES, FEES AND ACCOUNTING

17.1 CLAIMS

Contractor agrees to pay all claims, taxes and fees for equipment, labour, materials,

services and supplies to be furnished by it hereunder and agrees to allow no lien or charge

resulting from such claims to be fixed upon any well or other property of the Company.

The Company may, if required by any competent authority after notifying Contractor pay

and discharge any lawful lien or valid overdue charges for Contractor’s equipment,

labour, material, services and supplies or that of any of its sub-contractors under this

Contract and may thereupon deduct the amount or amounts so paid by the Company from

any sum due, or thereafter becoming due, to Contractor hereunder.

17.2 NOTICE OF CLAIMS

Contractor or the Company, as the case may be, shall promptly give the other, notice in

writing of any claim made or proceedings commenced for which that party is entitled to

indemnification under this Contract. Each party shall confer with the other concerning the

defence of any such claim of proceedings and shall permit the other to be represented by

counsel defence thereof, and shall not effect settlement of or compromise any such claim

or proceedings without the other’s written consent.

17.3 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

(Applicable both for Indian and Foreign Contractors)

Contractor agrees for withholding from wages and salaries of its agents, servants, or

employees all sums required to be withheld by the Laws of the Republic of India or any

other Agency having Jurisdiction over the area where Contractor is conducting

operations, and to pay the same promptly whenever due to the proper authority.

17.4 TAXES

a) CORPORATE TAX/PERSONNEL TAX

The Corporate tax on the income from the Contract, the personnel tax on the

income of its personnel, whether existing or future, in respect of all the activities

under the Contract shall be borne by the Contractor. The Contractor shall also

bear Corporate tax and personnel tax on the income in respect of the activities

under the Contract levied or assessed on its subcontractors or their personnel.

The Company will comply with the provisions of the Income Tax Act, 1961 as

amended from time to time by the parliament and the Income Tax Rules, 1962 as

amended or modified by the Central Board of Direct Taxes from time to time, to

ensure proper deduction of tax at source from payments to be made to the Non-

Resident Contractor, the Company will comply with the directions issued by the

Page 48: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 48 -

Income Tax Authority from time to time for effecting proper deduction of tax at

source. If aggrieved by the orders/directions issued by the Income Tax

authorities, the non-resident Contractor will approach the authorities for relief.

b) If so required by the applicable laws in force at the time of payment or by any

order or direction issued by the Income Tax authorities, the Company will

withhold the amount specified in the order or direction of the Income Tax

authorities from payments due to the Contractor and pay to the Income tax

Department any tax levied or assessed on the non-resident Contractor and its

personnel, if so required by the Income Tax Authorities. If permitted by laws

prevailing at the time of payment of tax, the Company will issue a certificate to

the non-resident Contractor to the effect that the tax levied or assessed on the

non-resident Contractor has been deposited after complying with the order of the

Income Tax authorities.

c) The liabilities of the Contractor under this Contract towards corporate tax and/or

personnel tax shall be governed by the provisions of Income Tax Act as amended

from time to time. Any tax, penalty or interest levied or assessed on the

Contractor or its personnel on account of change in law in the Income Tax Act

will not be borne by the Company.

d) All taxations shall be governed as per Govt. taxation laws.

e) Service tax, if applicable, shall be reimbursed by the Company to Contractor at

rates prescribed as per Service Tax Act.

17.5 CUSTOMS DUTY, FEES, LEVIES ON DRILLING EQUIPMENT AND SUPPLIES

Sales Tax / Works Tax / Turnover Tax / Excise Duty levied if any, on materials /

consumables will be to the account of the Contractor.

Payment of Customs Duty as applicable on the closing date of tender will be to the

Contractor’s account. The bidder(s) will indicate in their bid amount the exact rate of

Customs Duty and applicable item(s) of customs tariff under which it is covered and

details of the cost of the drilling unit, equipments etc. for this purpose.

Any increase or decrease in the rate of customs duty after the closing date of Tender but

within the contractual completion period will be to the account of the Contractor.

Any increase in rate of customs duty during the period between the stipulated date of

deployment of equipment and services and actual date of deployment (in case of late

deployment) with or without prior approval of the Company will be to Contractor’s

account. This is without prejudice to any other Clause including liquidated Damages

Clause.

The Company will have no liability to reimburse the excess in difference in rates of the

item under which the duty is assessed finally; and

17.6 TAXES, DUTIES AND LEVIES

The Company shall not be liable to pay or reimburse any taxes, duties and levies

imposed, including but not limited to, the taxes, duties and levies imposed on the income

of the Contractor, its employees, it subcontractor(s) or any taxes, levies, etc. on any

purchases made by the Contractor/its employees or subcontractor.

Page 49: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 49 -

17.7 CONCESSION PERMISSIBLE UNDER STATUTES

Contractor must take all necessary steps in order to equip themselves to avail of all

concessions permissible under the statutes including the benefits under Central Sales Tax

Act, 1956 failing which it will have to bear extra cost where Contractor does not avail

concessional rates of levies like custom duty, sales taxes etc.

18.0 RESPONSIBILITY FOR LOSS OR DAMAGE TO THE EQUIPMENT OR THE HOLE

18.1 LOSS OF CONTRACTOR’S DRILLING UNIT

Except as otherwise specifically provided in this Contract, any damage to or loss, of the

Drilling Unit (which, for the, purpose of this Clause - 18.1 shall be deemed to include all

Contractor’s and its subcontractor’s equipment including but not limited to Contractor’s

downhole equipments) and regardless of the cause or reason for said loss, shall be the

loss of the Contractor, its underwriters or insurers and Contractor indemnifies the

Company, its co-licences and its and their affiliates Companies, Agents, Employees,

invitees, servants, their Underwriters or Insurers (other than Contractor’s) and their

employees against any claim whatsoever or responsibility for any damage to or loss of

the Drilling Unit or any other equipment or property of Contractor or Contractor’s

subcontractor furnished or intended for use in the operations herein undertaken.

18.2 If the Drilling Unit or any part thereof is lost or damaged beyond repair or becomes

unusable or is otherwise abandoned, the Contractor shall, if required by the Company by

the laws, regulation or order of Governmental authorities or agency remove the Drilling

Unit from operating area to the satisfaction of the Company. If the Contractor

unreasonably delays in removing the Drilling Unit or any part thereof, the Company may

remove it and the Contractor shall indemnify and reimburse the Company for all cost and

expenses incurred by the Company in connection with or for locating the area/payment of

such loss/damage whether or not it has resulted in any / all such costs or not, shall also be

reimbursed by the Contractor to the Company failing which the Company will have a

right to deduct such amounts from the Contractor’s pending Invoices due.

18.3 SOGL’S EQUIPMENT

The Company shall assume the risk of and shall be solely responsible for damage to and

loss or destruction of material, and equipment or supplies furnished by the Company. In

case there is a loss or damage to the Company’s equipment for causes attributable to

Contractor, the Contractor shall reimburse and indemnify the Company, for such loss or

damages.

18.4 LIABILITY FOR THE WELL

The Company shall be liable for the cost of regaining control of any wild well including

the cost of removal of debris, and shall indemnify Contractor, for any such cost, but not

the costs arising out of the damages caused due to the negligence or other fault of

Contractor, its Agents, Employees or subcontractor. The Company shall be responsible

for and shall indemnify and hold harmless Contractor for any claims in respect of loss or

damage to the hole or well caused due to abnormal pressure conditions. In the event the

Page 50: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 50 -

hole is lost or damaged because of the negligence or other fault of the Contractor,

Contractor’s responsibility thereafter shall be the obligation to bear all such damages and

costs of repair within the limits of Contractor’s normal contingent of equipment,

personnel and the Contractor shall at its own cost and liabilities re-drill the hole in the

same well or an alternate well to the depth at which, such hole was lost deploying the

drilling unit and personnel. In such an event, no inter-location charges or any other

compensation shall be payable to the Contractor for moving to the alternate location /

well. However, in the case of any wild well, the Company shall be responsible for all

costs or damages with respect to such loss or damage owing to the conditions caused due

to occurrence of wild well and no inter-location movement charges or any other

compensation shall be payable to the Contractor for moving to the alternate location/well.

19.0 BLOW OUT OR CRATER

19.1 COST OF CONTROL OF BLOWOUT

In the event any well being drilled hereunder shall blow-out or crater due to abnormal

pressure conditions, the Company will bear the entire cost and expenses of killing the

well or otherwise bringing the well under control, and shall indemnify and hold

Contractor harmless in this regard unless such blowout is caused due to malfunction of

Contractor’s drilling equipment or caused due to gross negligence or wilful misconduct

of Contractor’s personnel for which the Contractor shall be made to bear the entire

expenses. This applies only to the cost of bringing the wells under control and is not to be

interpreted as an assumption by the Company of any liability for injuries, to Contractor’s

personnel and/or damage to the Drill Unit, caused by such blow-out (which shall be the

responsibility of the Contractor at all times during the currency of the Contract), except

as otherwise provided under the terms and conditions of this Contract.

19.2 USE OF CONTRACTOR’S EQUIPMENT

Subject to Clause - 19.1, the Company shall have the right to use the drilling Unit and all

of Contractor’s equipment and personnel provided under this Contract during such events

as the Company and Contractor are engaged in bringing the well under control.

20.0 WAIVER AND AMENDMENTS

20.1 WAIVERS

No term or condition shall be deemed to have been waived/ amended unless such

waiver/amendment is mutually agreed upon by both the parties and is executed in writing

by the duly authorised agents or representatives of the parties.

20.2 AMENDMENTS OF DRILLING AND COMPLETION PROGRAMME

It is agreed that Contractor shall carry out drilling, coring, testing, completions,

abandonment or any other operations, in accordance with the well drilling, completion

and testing programme to be furnished by the Company, which may be amended from

time to time by reasonable modifications as the Company deems fit, in accordance with

international oil and gas field industry practices.

Page 51: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 51 -

21.0 FORCE MAJEURE

In the event that the Force Majeure (as defined in Article 21.1 hereunder ) occurrence continue

for more than 7 (seven) consecutive days, the parties shall meet to discuss the consequences of

the Force Majeure and the course of action to be taken to mitigate the effects thereof or to be

adopted in the circumstances including termination, if necessary. Neither The Company nor the

Contractor shall be liable to one another for any delay in completion of the work where and to the

extent such delay is caused by the inability of either party to fulfil its obligation under this

contract due to Force Majeure as defined herein

21.1 Definition

Force Majeure shall mean any occurrence as defined in Article 21.2 hereunder affecting

the rights and obligations of either party under the Contract which is beyond the control

of the party claiming Force Majeure and could not have been foreseen or prevented by

that party when exercising reasonable diligence.

21.2 Inclusions

Force Majeure shall include but not limited to: Acts of God, wars (declared or not), fires,

rebellion, Insurrection, acts of terrorist, acts of governments, strikes, boycotts, blockades,

lockouts, unusually severe weather or any similar matters beyond the control of the party

affected by same.

21.3 Exclusions

Notwithstanding Article 21.0, a Force Majeure occurrence shall not include:

1.1.1. A strike affecting the Work restricted solely to Contractor’s or Subcontractor’s

Personnel.

1.1.2. Breakdown of any equipment used by Contractor or its Subcontractors unless

caused by a Force Majeure event.

1.1.3. Inclement weather typical for the operating area.

1.1.4. Non-availability of funds/non-payment of Contractor’s invoices by The Company.

21.4 Notification

In the event of any such Force Majeure occurrence, the party claiming to be affected shall

immediately notify the other party in writing giving the full particulars of the Force

Majeure, the estimated duration and obligation affected.

21.5 Notwithstanding anything herein to the contrary, the Contractor shall not be liable for

forfeiture of its performance security, payment of penalties or termination of default, if

and to the extent that, delay in performance or other failure to perform its obligation

under the Contract is the result of an event of Force Majeure.

21.6 In the event of either party being rendered unable by Force Majeure to perform any

obligation required to be performed by them under this Contract, the relevant obligations

Page 52: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 52 -

of the party affected by such force Majeure shall upon notification to the other party be

suspended for the period during which such cause lasts.

21.7 Time for performance or the relevant obligation suspended by the Force Majeure shall

then stand extended by the period for which the Force Majeure conditions last.

21.8 Unless otherwise directed by The Company in writing the Contractor shall continue to

perform its obligations under the Contract as far as is reasonably practicable, and shall

seek all reasonable alternative means for performance not prevented by Force Majeure

event.

21.9 Contractor shall not be liable to claim any payment of whatsoever nature other than the

amounts previously earned beyond a period of five (05) consecutive days in the event of

Force Majeure. The Contract may in such an event be automatically terminated unless

agreed upon by the parties to the contrary for its continuance.

22.0 TERMINATION

22.1 TERMINATION ON EXPIRY OF THE CONTRACT

This Contract shall be deemed to have been automatically terminated on the drilling of

specified number of wells unless the Company exercises its option to reduce or extend

this Contract in accordance with the provisions of this Contract.

22.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE

Either party shall have the right to terminate this Contract on account of Force Majeure,

as set forth in Clause – 21.0.

22.3 TERMINATION DUE TO LOSS OF DRILLING UNIT

Should the drilling unit be lost or be missing and presumed lost or if the drilling Unit

should become a total loss, (constructive, arranged or compromised) this Contract will be

deemed to have been terminated without notice. No payment whatsoever other than

amount previously earned shall be due from the Company to the Contractor as from that

date, if the Drilling Unit should be missing when the payment would otherwise be due for

a period prior to missing, such payment shall be postponed until safety of the drilling unit

is ascertained.

22.4 TERMINATION ON ACCOUNT OF INSOLVENCY

In the event the Contractor or its collaborators at any time during the term of this

Contract becomes insolvent or makes a voluntary assignment of its assets for the benefit

of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have

the right to terminate this Contract and all the Contractor’s rights and privileges

hereunder, shall stand terminated forthwith.

22.5 TERMINATION FOR NON – COMPLIANCE OF CLAUSE 2.5.2

Page 53: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 53 -

The Company shall have the right to terminate the Contract at anytime by giving notice

to the Contractor without assigning any reason whatsoever. The Company shall have the

right to terminate the Contract in terms of the provisions made in Clause 2.4.2 and / or on

account of non – compliance of Clause 2.5.2 by the Contractor. The decision of the

Company shall be final and binding on the parties.

22.6 TERMINATION FOR UNSATISFACTORY PERFORMANCE

If the Company considers that the performance of the Contractor is unsatisfactory or not

upto the expected standard, SOGL shall notify the Contractor in writing and specify in

detail the cause of such dissatisfaction. the Company shall have the option to terminate

this Contract by giving 07 (seven) days notice in writing to Contractor, if Contractor fails

to comply with the requisitions contained in the said written notice issued by the

Company, the Contract shall be automatically terminated and the Company shall have the

right to enter into a fresh Contract for drilling rig services with any third party to

commence / complete its proposed drilling programme. The decision of the Company

with respect to the Contractor’s performance being unsatisfactory or not upto the

expected standards and the consequential termination by the Company of this Contract

and entering into a fresh Contract by the Company with any third party shall be final and

binding on the parties. The Contract may also be terminated by Company in the event / as

per the Conditions as set out in Clause 2.4.2 of this agreement.

22.7 TERMINATION DUE TO CHANGE OF OWNERSHIP AND ASSIGNMENT

In case the Contractor’s rights and/or obligations under this Contractor and/or

Contractor’s rights title and interest to the drilling unit are transferred or assigned without

the Company’s consent, the Company SOGL may at its absolute discretion, terminate

this contract.

22.8 TERMINATION FOR NON EXISTENCE OF THE VERY REQUIREMENT OF THE

JOB

In case of eventual requirement for not advancing the specific drilling programme, the

Company may terminate the contract prematurely through a written notice. The decision

of the Company shall be final and binding on the Contractor.

22.9 CONSEQUENCES OF TERMINATION

In all cases of termination herein set forth, the obligation of the Company to pay,

contracted rate and/or any other charges, shall be limited to the period upto the date of

termination. Notwithstanding the termination of this Contract, the parties shall continue

to be bound by the provisions of this Contract that reasonably required some action or

forbearance after such termination.

Upon termination of this Contract, Contractor shall return to the Company all of the

Company’s equipments, materials and consumables which are at that time in Contractor’s

possession.

Page 54: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 54 -

22.10 SEVERABILITY

Should any provision of this Contract be found to be invalid, illegal or otherwise not

enforceable by any court of law, such finding shall not affect the remaining provisions

hereto and they shall remain binding on the parties hereto.

22.10.1 Re-export of equipment and duty drawback (applicable in case unit is

brought from abroad on lease basis).

It shall be the responsibility of the Contractor, if so required by law, to complete

formalities of re-exporting the imported equipment after completion of the work

under the contract and also to apply and obtain the duty drawback, if any. The

Company will not take any liability on this account. The Contractor agrees to

indemnify the Company for any deficiencies or claims which may arise out of the

default by the Contractor in this regard.

23.0 CONFIDENTIALITY

All information obtained by Contractor in the conduct of operations hereunder, including but not

limited to depth, formation penetrated, the result of coring, testing and surveying, shall be

considered as confidential and shall not be divulged by Contractor or its employees to any person,

firm or corporation other than the Company’s designated representatives, unless otherwise asked

by the Company in writing.

24.0 PREFERENCE TO LOCAL COMPANIES

Contractor agrees to give priority and preference to locally owned companies, when hiring Sub-

Contractor given the price, quality and delivery being equivalent and in accordance with

generally accepted practices in the International Petroleum Industry.

25.0 ASSIGNMENT OF CONTRACT

25.1 ASSIGNMENT BY CONTRACTOR

Contractor agrees not to sub-let or assign this contract or interest or any part thereof to an

Indian Company having approved technical backup without first obtaining the written

consent of the Company and at such time that:

a) Adequate arrangement being made by Contractor in terms of expertise and

experienced personnel to ensure due performance of said contract.

b) The ownership of the drilling unit has been transferred to such Indian Company

or such Indian Company has acquired the drilling unit on lease basis.

However, the assignment shall be on the same rates, terms and conditions.

Contractor shall remain fully liable and responsible to the Company for complete

performance of all its obligations envisaged under this Contract.

Page 55: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 55 -

25.2 ASSIGNMENT BY SOGL

The Company shall have the right, at any time, to assign all or any part of its rights

hereunder, to an affiliated company or a third party provided that the Company shall

remain fully liable and responsible to Contractor to complete performance of all its

obligations imposed by this contract.

26.0 CONSEQUENTIAL DAMAGES

Neither party shall be liable to the other for special, indirect or consequential damages resulting

from or arising out of the contract, including but without limitation, to loss of profit or business

interruptions, unless it is caused by negligence or wilful act or not following the standard oil

industry practices.

27.0 SETTLEMENT OF DISPUTES

The Contractor and the Company shall make every effort to resolve amicably by direct informal

negotiation any disagreement or dispute arising between them under or in connection with the

Contract.

If any dispute, difference or question shall at any time hereinafter arise between the parties hereto

or their respective representatives or assignees, in respect of the contract or these presents or in

respect of the provisions of the contract as concerning anything herein contained or arising out of

the presents or as to rights, liabilities or debts or respective parties thereunder the same shall be

referred to arbitration under the provisions of the Indian Arbitration and Conciliation Act, 1996 or

any modification or re-enactment thereof or any Rules and Regulations framed thereunder. The

proceedings of Arbitration will be in English language and the venue of Arbitration will be the

city of Ahmedabad, India. It is agreed between the parties hereto that within 30 days of receipt of

any dispute, difference or reference, SOGL hereto shall appoint a Sole Arbitrator.

The decision of the Arbitrator shall be final and binding upon the parties.

The Arbitrator shall decide by whom and in what proportions and the arbitrator’s fee as well as

the costs incurred shall be borne.

The Arbitrator may, with the consent of the parties, extend the date, to make and publish their

own/his award.

Judgment upon the award may be entered in any court or other authority within India having

jurisdiction or application as may be made to the said court or other authority for a judicial

acceptance of the award and an order of enforcement, as the case may be.

28.0 JURISDICTION AND APPLICABLE LAW

28.1 This Contract including all matter connected with the Contract, shall be governed by the

laws of India (both substantive and procedural) for the time being in force and shall be

subject to exclusive jurisdiction of the Indian Courts at Ahmedabad.

Page 56: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 56 -

29.0 ENTIRETY OF CONTRACT

29.1 This Contract supersedes all prior agreements and commitments, whether oral or in

writing between the parties concerning the subject matter thereof. The right of either party to

require strict performances will not be affected by any previous waiver in the course of

dealing. Neither this Contract nor any modification will be binding on a party unless signed

by an authorised representative of Contractor and the Company.

29.2 It is not intended that there be any conflict between this Contract, Annexure and the

Amendments thereto, which shall be counted as integral part of the Contract for all purposes.

29.3 Notwithstanding the termination of this contract, the parties shall continue to be bound by

the provisions of the contract that reasonably require some action or forbearance after the

expiration of the term of this contract.

30.0 HEALTH, SAFETY AND ENVIRONMENT

COMPANY HSE POLICY STATEMENT AND PRINCIPLES

The activities of the Bidder will be planned and executed as laid down in Company’s HSE

Policy Statement and Principles

30.1 Company Objectives

Bidder shall conduct his activities in order to:

i) Implement Company’s corporate Health, Safety and Environment management

system.

ii) Reduce Company’s and Bidder’s environmental impact as low as reasonably

practical.

30.2 Company Safety Targets

i) Company is committed to safety with a target of zero fatalities.

ii) Safety targets for Company's activities shall be the total combined number of

incidents for Company’s and Bidder‘s personnel.

iii) Targets are reviewed annually in Company’s H.S.E. Plan

iv) Bidder shall make a similar commitment to safety with the same incident frequency or, in

the event that Bidder's incident statistics are better than Company average.

30.3 Company's Substance Abuse Policy

Company's Substance Abuse Policy is complementary to the Company Policy on Health,

Safety and Environmental Protection, Standards. Compliance with the above policy shall

be mandatory for all Company and Bidder personnel and visitors

Page 57: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 57 -

30.4 Bidders Minimum HSE Standards

Bidder shall conduct its operation at least in accordance with the standards in Bidder's

own Health, Safety and Environment policy as per API guidelines and publications.

API Specifications:

API Spec 9A : Specification for wire rope

API Rec. RP 9B : Recommended practice on application, care and use of wire

rope for oil field service

API Rec. RP 54 : Recommended practices for occupational safety and health

for oil and gas well drilling and servicing operations

API RP 500 : Recommended practice for classification of locations for

electrical installations at petroleum facilities, First Edition,

June 1991.

API Environmental Guidance Document Onshore solid waste management in exploration and production

operations, first edition.

31.0 NOTICES

Any notice given by one party to the other pursuant to this contract shall be sent in writing by

Registered A.D. or by giving telegram or E-mail/Fax and confirmed in writing to the applicable

address specified below:

FOR THE COMPANY CONTRACTOR

Mr. Manven Dubey –Group President

Sintex Oil and Gas Ltd

Kalol – 382721, District Gandhinagar, Gujarat, India

Tel. No.: +91-2764-253000

Fax No.: +91-2764-253101

E-mail: [email protected] / [email protected]

31.1 In case of any change in address, the new address shall become effective upon specific

communication to this effect by either party.

31.2 A notice shall be effective when delivered.

Page 58: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 58 -

PART - III

BID EVALUATION CRITERIA

Page 59: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 59 -

BID EVALUATION CRITERIA

Bidders are requested to comply with the following bid evaluation criteria:

A) TECHNICAL

1.0 EXPERIENCE OF THE BIDDER:

1.1 a) The bidder should be an onshore drilling contractor / Company having minimum 5 years

experience in oil/gas well drilling out of which, at least one year’s experience on 750 HP

or higher capacity rig with Top drive facility.

b) In case, the bidder is an Indian Company / Indian Joint Venture Company, either the

Indian Company / Indian Joint Venture Company or its technical collaborator / Joint

Venture Partner should meet the criteria laid down at 1.1 (a) above.

1.2 In case, the bidder is consortium of Companies, the following requirement should be satisfied

by the bidder:

a) The consortium must declare the active partner handling this contract. However the over

all responsibility of the daily activities shall still be that of the technical partner of the

consortium who should satisfy the minimum experience requirement as per para 1.1 (a)

above.

b) The leader and the technical partner of the consortium should confirm unconditional

acceptance of full responsibility of executing the ‘Scope of Work’ and this bid document.

This confirmation should be submitted alongwith the un-priced bid.

c) All the members of consortium must undertake in their MOU that each party shall be

jointly and severally be liable to SOGL for any and all obligations and responsibilities

arising out of this contract.

1.3 Bidders should submit Memorandum of Understanding / Agreement with their technical

collaborator / joint venture partner (in case of joint venture) clearly indicating their roles

under the scope of work of this contract.

2.0 CREW EXPERIENCE

a) The bidder should confirm to deploy the minimum no. and the category of the crew personnel as

indicated in the bid document. Bidders may have more personnel as per requirement, including

service hands. These additional personnel shall not be included in the list of crew personnel for

the purpose of reduction of day rates / meter rates due to short deployment. Further, bidder may

deploy additional personnel for maintenance / operations / supervision / training / inspection for

which their request will be considered on merit by SOGL.

b) The experience of the crew shall be as per Annexure – IX. However, the key personnel shall have

drilling experience of minimum 2000 m depth of oil / gas well. The key personnel shall have

valid IADC / IWCF certification.

Page 60: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 60 -

c) Confirmation in regard to para 2(b) above is to be submitted alongwith the un-priced bid.

However, the details of all personnel i.e. bio–data, proof of qualification etc., shall be submitted

and got approved by SOGL before commencement of work.

3.0 BIDDER’S EQUIPMENT

The rig should be capable of drilling wells, fulfilling ‘Scope of Work’ and confirming to the technical

specifications as laid down in the bid document.

4.0 Experience of the Bidders:

i) The experience would include the following:

a) DRILLING EXPERIENCE:

A minimum experience of five years in drilling services and drilling of

atleast five exploratory/development wells of 2000 m depth. However, the

experience in drilling of exploratory wells shall be preferred.

b) PROJECT MANAGEMENT :

The bidder shall possess financial and organisational capabilities and

experience of executing Oil/ Gas well drilling project of similar magnitude

with overall responsibility. The bidder should have executed at least one

such project as Rig Operator during last five years.

ii) In case of Indian Bidder who does not meet the drilling experience requirement

as per (a) above but having project management experience as per (b) above, and

are banking upon its/their likely foreign collaborator/Joint Venture partner

having requisite drilling experience as per (a) above, then he/they should have

tied up with, a foreign / Indian company and applied for Government’s clearance

when/wherever necessary, for such technical collaboration/joint venture at the

time of opening of un-priced technical bid. In case proposal of bidder involves

foreign equity participation or payment for technical know-how, proof of

Government’s clearance should be submitted prior to the date notified for

opening of price bid failing which offer will be rejected.

5.0 AGE OF RIG

The Drilling unit offered should be in good working condition and should have a residual life

of minimum 5 years. Drilling units not older than 5 years shall be preferred. Documentary

evidence relating to year of Make of the drilling unit and bidders declaration on present

condition of the drilling unit and its residual life from an international reputed inspection and

certification agency and reputed Chartered Engineer to this effect will be sent along with the

bid.

Page 61: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 61 -

The certificate should clearly indicate the residual life of all critical items(minimum five

years), particularly of Mast & Sub-structure, Engines, Draw works, Rotating system, Mud

pumps (not older than 5 years), Tackle system and BOPs.

5.1 In case bidder is owner of the offered drilling unit, documentary evidence to establish the

ownership should be enclosed in the un-priced technical bid. In case the bidder is going to

buy or lease the drilling unit, a copy of the valid agreement between the Manufacturer or the

owner, as the case may be, and the bidder along with the proof of ownership indicating its

availability as per mobilisation period set forth in the tender document, should be enclosed.

Any bid without these documents, as applicable shall be rejected.

6.0 COMMERCIAL

The bid should be in Indian Rupees or in USD.

6.1 Bidders while submitting their offers should quote taking into account all benefits and

concession available to them for supplies to SOGL as announced by the Government of India

as on the date of tender opening. Conditional offer tied to the availability or otherwise of

these concessions will be rejected.

SOGL will not own any responsibility/liability at any stage if such concessions are not

availed / available to the bidder and SOGL will also not compensate the bidder in any manner

on this account.

6.2 Bidder should not indicate any separate discount. Discount if any, should be merged in the

rates against the quoted item. Discount of any type indicated separately will not be taken into

account for evaluation purpose. However, SOGL shall avail of all such discounts if the bidder

happens to be the lowest even after not considering the discount for evaluation purpose.

6.3 The offer will be evaluated as per bid evaluation format at Annexure – X.

7.0 REJECTION CRITERIA

The following standard clauses are to be complied with, failing which the Bid shall be liable for

rejected.

i) Submission of EMD/Bid Bond (Bank Guarantee) along with un-priced Technical bid

for the specified amount in the prescribed format valid for 180 days from the date of

Bid opening.

ii) Acceptance of Performance Bond (Bank Guarantee) Clause for execution of contract.

iii) Acceptance of Liquidated Damages Clause.

iv) Acceptance of Force Majeure Clause.

v) Acceptance of Termination Clause.

vi) Acceptance of Settlement of Disputes (Arbitration) Clause.

Page 62: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 62 -

vii) Acceptance of Jurisdiction and Applicable Law Clause.

viii) Acceptance of Safety and Labour Laws.

ix) Acceptance of Inspection Clause.

x) Compliance with Provident Fund Act with rules, order and notifications issued

thereunder from time to time. The Contractor shall have to obtain Provident Fund

Registration Number from the appropriate authority. In case it is not applicable,

necessary certificate to that effect shall have to be obtained from appropriate

authority.

xi) Acceptance to comply with all statutory obligations.

xii) If the rig package offered is not as per the specification.

8.0 OTHER TERMS & CONDITIONS

8.1 Any exception/deviation taken to SOGL’s terms and conditions, specifications and BEC as

detailed in tender document must be clearly stated in the pre-bid meeting itself. Otherwise it

will be presumed that all the terms and conditions, specifications and BEC as detailed in the

Tender document are acceptable to bidders.

8.2 In case bidder takes exception to any clause of bid document not covered under this BEC,

SOGL has discretion to Load or to reject the offer on account of such exception.

8.3 Mobilisation period: Bidders are required to confirm that they will make available drilling

units, equipment, services and consumables at the drilling location as specified in clause

2.5.2, failing which the bid is liable to be rejected.

8.4 Bidder will offer complete rig with all equipment, system, tool and accessories in accordance

with the specifications laid down in the Bid document. Bidders are required to specify the

type, make and model of the equipment. Detailed specifications of the rig and equipment

offered should be indicated in the same sequence as given in the bid document.

8.5 Bidders shall give unconditional validity of the Bid for 180 days from the date of opening of

Bid.

8.6 The Bidders shall quote firm price in Indian Rupees or in USD.

8.7 The price quoted must be firm without any escalation whatsoever failing which offer will be

rejected.

8.8 Personnel and Corporate Tax :

Acceptance to bear, within the quoted rates the personnel tax arising out of execution of the

contract.

Bidders are required to include corporate tax liability in the price bid. Any partial or total

exception on the part of the Indian bidders on this account shall render his offer disqualified.

Page 63: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 63 -

8.9 Indian Bidder should enclose with un-priced technical bid, copy of the latest Income Tax

clearance certificate failing which Bid is liable to be rejected.

8.10 (Deleted)

8.11 This BEC overrides all other similar clauses operating anywhere in the Tender document.

8.12 The bidder shall furnish the details of experience and past performance of the bidder and

the collaborator (in case of collaboration) or of joint venture partner (in case of a joint

venture), on works / job done of similar nature, in the past and details of current work in hand

and other contractual commitments, indicating areas and clients, alongwith the un-priced bid,

in support of experience laid down at para 1.1 above.

8.13 MOU / Agreement signed by the bidder with the technical collaborator / joint venture

partner (in case of joint venture), should also be addressed to SOGL, clearly stating that the

MOU / Agreement is applicable to this tender and shall be binding on them for the contract

period. Notwithstanding the MOU / Agreement, the responsibility of completion of job under

this contract will be of the bidder.

8.14 The bidder should confirm in the un-priced bid that the equipment of the offered rig is in

good working condition and the acceptance of the following inspection clause:

i) SOGL reserves the right to get the rig and the equipment inspected through any

of the following internationally reputed third party inspection agency as per the

tender specifications.

a) MODU SPECS

b) ABS

c) Oilfield Audit Services Inc.

d) DNV

Inspection cost shall be borne by the Contractor. The cost for the third party inspection

shall be mentioned separately in the bid.

ii) SOGL will accept the rig only after confirmation by the third party inspection

agency, that the rig is as per tender specifications and that the rig offered by the

bidder is acceptable for mobilisation and the required drilling operations. SOGL

reserves the right to waive off inspection of the rig keeping in view its past

performance and conformance with the rules and regulations laid down by

DGMS / OMR.

8.15 SOGL may, at the request of the successful bidder, issue recommendatory letter to DGH

for issuance of Essentially Certificate for import of such items, which are allowed by

Government of India to import with concessional rate of customs duty. The bidder has to

provide the list of items for which the recommendatory letter is required. Except for issuance

of a recommendatory letter, SOGL assumes no liability or responsibility, in whatsoever

manner, in this regard.

8.16 Boarding and Lodging: Bidders are required to provide free boarding and lodging for

upto 08 (eight) SOGL or its third party personnel at wellsite.

Page 64: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S 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.

Page 65: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 65 -

ANNEXURE - I

Page 66: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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.

Page 67: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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.

Page 68: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 68 -

ANNEXURE - II

Page 69: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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.

Page 70: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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 _____________________________.

Page 71: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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.

Page 72: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 73: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 74: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 75: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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

Page 76: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 76 -

ANNEXURE – IV A

RATES APPLICABILITY CHART

FOR OPERATIONS ON A METRE RATE DRILLING

(Rates applicability for various operations as shown by ‘*’ mark under appropriate column).

Sl.

No.

Operations

Meter

Rate

Operating

Day Rate

[R1]

Standby

Day

Rate

[R2]

Lumpsum

Zero Rate

1 Rig movement after release from one

well and until spudding of the next

well.

*

2 All operations by the Contractor

from the time of spudding including

but not limited to:

a) Drilling *

b) Tripping for bit change, coring,

casing/liner lowering.

*

c) Circulation mud conditioning for

drilling, mud logging, casing /

liner lowering

*

d) Trip and circulation for casing

lowering.

*

e) Mud circulation / conditioning

during casing lowering and prior

to cementation.

*

f) Lowering of casing / liner

including gauging, measuring of

casing pipes and preparation of

pipe tally.

*

g) Trip and circulation prior to DST

& production testing.

*

h) Circulation for checking samples

for Geological investigation

during drilling.

*

i) Deviation survey through string. *

j) Reaming of well. *

k) All operations for coring and

DST and Production testing

*

l) Logging operations. *

m) Well-head, BOP installation and

their testing as per procedures

including rectification of

leakages if any in the BOP hook

up.

*

n) Hermetical testing. *

o) Casing line slipping or shifting. *

p) Leak off test *

Page 77: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 77 -

Sl.

No.

Operations

Meter

Rate

Operating

Day Rate

[R1]

Standby

Day Rate

[R2]

Lump

sum

Remark

3 a) Fishing & liquidation of

complications of original

drilled well depth in side-

tracked or alternate well if due

to abnormal down hole

conditions and not due to

negligence or other fault of the

Contractor.

*

b) Fishing & liquidation of

complications including

restoration of original drilled

well depth in side-tracked or

alternate well if not due to

abnormal down hole

conditions and/or due to

negligence or other fault of the

Contractor.

*

c) Restoration to vertical if angle

exceeds 5 deg. from vertical or

25 m. horizontal drift at final

depth.

*

4 a) Waiting on cement (WOC) *

b) Drilling of float collar, float

shoe and plugs.

*

c) Drilling of excess cement in

casing.

*

5 Production testing.

a) Tripping of tubing. *

b) Installation of perforation gate

valve, X – mass tree.

*

c) Well under observation. *

d) Displacement of fluid during

production testing.

*

e) Perforation. *

6 Any operation not covered in this

appendix for other than meter rate.

a) Using either Contractor’s

draw works or string or both.

*

b) Without the use of

Contractor’s draw works or

string.

*

Page 78: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 78 -

Sl.

No.

Operations

Meter

Rate

Operating

Day Rate

[R1]

Standby

DayRate

[R2]

Lump

sum

Zero rate

7 Delay in continuous drilling

operation.

a) Provided Contractor has

complied with all his

obligations as stipulated in

contract.

*

b) Due to failure of the

Contractor to comply with

any of his obligations.

*

8 Down time for waiting for

equipment or materials or order

a) Due to failure of operator or

defective material of operator

*

b) Due to failure of the

Contractor.

*

9 For directional wells

a) Drilling/tripping after kick-

off point

*

b) Deviation survey *

c) Course correction *

10 Mud loss control *

11 Kick control

a) If kick occurs on account of

negligence of the Contractor

in specified pressure range

*

b) If kick occurs due to

abnormal down hole

conditions.

*

NB :

The day rate will be computed to the nearest ½ hour but limited to 24 hours per day.

Page 79: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

- 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 *

Page 80: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

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.

*

Page 81: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

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.

Page 82: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

82

ANNEXURE – V

General Scope of Work

(750 HP rig capable to drill up to 2000 m depth with 5” drill pipes) )

This contract is to hire one (01 no.) mobile drilling rig (750 HP) capable to drill up to 2000 m to drill 02

wells in Exploration block(s) within district Ahmedabad, Mehsana and Gandhinagar.

General Casing Policy: -

a. 13⅜″ X 9⅝″ X 7″/5½″

b. 9⅝″ X 7″/5½″

Scope of Work: -

a. To provide complete drilling rig and equipment conforming to Specifications for charter hire of mobile

drilling rig as per Part-III of the tender.

b. To provide capable rig crew personnel in accordance with the list provided in the Tender Document

experienced to drill exploratory wells.

c. To take up drilling, coring, casing, cementation, logging, completion and testing of oil and gas wells as per

international norms and standards with responsibilities not limited to vide chart “ Equipment And Services To

Be Provided By Contractor Or Company For The Drilling Rig”, (following “ Outline of the Drilling

Program”(Annexure-VIII) and Annexure II Tentative Time Norms of Drilling Operations”. Cementation,

logging, completion and testing will be carried out by third party service providers using your services.

d. To provide Mobile Drilling Rig of minimum 750 HP, capable of Drilling Exploratory, Directional, High

angle wells up to a measured depth of 2000 Mtrs. including short drift side track, re-entry in the well and

well control in Exploration block(s) within district Ahmadabad, Mehsana and Gandhinagar

e. The rig to be deployed shall be capable of handling all types of Water base, New generation drilling fluids,

The rig should be equipped with mud tanks having capacities about 120 cubic meters active volume, solid

control equipment having minimum 2 nos Dual tandem Linear Motion Shale Shakers of Brandt / Derrick /

Kemtron/ MI Swaco/ NOV make only with scalping arrangement having total capacity of 1000 GPM are to

be provided with the rig with suitable motor and replacement screens with 20 - 250 mesh size, One

Desander, One Desilter / Mud Cleaner (with 250 mesh max screen), One Degasser. The rig is also to be

equipped with Jet Shearing Devices for proper shearing of Polymers.

f. The Contractor has to also provide the manpower in terms of roustabouts etc for maintaining the mud

systems as per international practice.

g. Contractors Top Drive, contractor has to provide Kelly, Kelly Spinner, Swivel etc., as per the tender

specifications, as a stand-by measure in case of failure of Top Drive.

h. SOGL desires to achieve a drilling rate of 200 m/hr. In case if bidder is not able to meet the criteria of 200

m/hr drilling rate, bidder may propose a drilling rate the bidder can best achieve. Preference shall be given

to Bidder who offers the highest Drilling Rate per hour. For guidance on lithology, well prognosis of 2

drilled wells are available on request.

i. To achieve the target drilling rate, bidder shall be responsible for designing of suitable BHA using down

hole performance motor and compatible PDC bits besides top drive and sensors.

Page 83: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

83

SPECIFICATIONS FOR CHARTER HIRE OF MOBILE DRILLING RIG

FOR DRILLING WELLS IN EXPLORATORY BLOCK OF SOGL

(Specifications details to be given separately for 750 HP Mobile Drilling Rig)

Sr.

No.

Specifications Details of the Rig to be filled by Bidder

1. Type of Rig:

A self-propelled or truck/trailer mounted Mobile

Electrical Drilling Rig (01 no.) with easy placement

at the well location, equipped with single or double

drum draw-works with the provision for power

system catering the full Load requirement and

rotary drive for drilling of the wells of depth up to

2000 m. with 5” drill pipes is to be provided as per

API 4E/4F (Specs.). The rig should be equipped

with suitable racking arrangements and complete

tackling system to handle required Load

Note: The overall dimension of the carrier with

overall weight and width should be specified.

a) Contractor: ______________

b) Rig Name: ______________

c) Type & Design: ______________

d) Name of Manufacturer: ____________

e) Date of manufacturing: ____________

f) API Spec: ______________

Carrier Dimensions: ______________

Overall dimension: ______________

Overall weight: ______________

Front dimensions: ______________

Rear dimensions: ______________

2. Drilling Depth Capability :

Rig should be capable of drilling exploratory /

development wells (vertical/inclined) up to a depth

of 2000 meters (TVD) for 750HP rig with 5” Drill

pipe and for work-over operations including short

drift side-track, long-drift side-track, re-entry in

the Well and Well control.

All the offered equipment is compatible with the

drilling depth rating of the rig:

Yes/ No

Depth Capacity of rig: ______________

3 Mast:

Mast should have hook Load capacity of minimum

180 Ton having sufficient clear height of 122 ft to

handle 120 stands (doubles) of 5” drill pipe with a

provision for setback for 15 stands of 6 1/2” or 8”

OD drill collars.

Dynamic wind Load capacity with full pipe set

back and all wind guy lines properly installed

should be 100 mph.

Mast to be equipped with the following:

Two number of tong counter weight one

on each side of the mast complete with

sheaves and cables.

One set of Crown Bumper Blocks.

One set of Travelling Block suspension

line assembly for slipping wire line.

Clear height: ______________

Load capacity ______________ Metric Tons @

100 mph wind

Racking capacity: ______________

Last inspection

on ______________

by ______________

4 Mast Raising System :

The mast raising system shall be hydraulic

telescopic cylinder type complete with automatic

safety stop on each leg and control valves equipped

with all safety systems.

All the offered equipment is in line with the

required technical specifications of Mast Raising

System of the rig:

Yes/ No

Page 84: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

84

Ladders from rig floor to racking platform

and to Crown Block in one set complete

with safety rails & Safety climbing device

with fall arrestor.

Skew pulleys at Crown Block for reeving

of casing line on brake drum.

Fixed / folding type racking platform with

adjustable height system to adjust with the

required tubular stands.

Stand pipe clamps provided with mast for

clamping 4” / 4 ½”/ 5” standpipe.

5 Sub-Structure :

i) Sub-structure should have minimum 19.5

ft clear height below beams to

accommodate BOP stack with other

drilling equipment beneath the floor.

ii) V-door ramp and stairs to sub-structure

floor with stair handrails.

iii) Two sets of tong back up posts to be

provided for make up and break up tongs.

iv) Rat hole & mouse hole – one each

designed with flip up hole covers.

v) Deadline Anchor support to be located on

carrier at base of the mast / located on Sub

structure as per rig design. Deadline

Anchor to be grooved for wire line and

provision for tension type Load sensor

complete with wire line snub.

vi) One set of catwalk steel plate top with

arrangement to block sliding of pipe at

both ends.

vii) Air winch installed on Rig floor with air

fittings, air filters, lubricators and wire

line etc.

All the offered equipment is in line with the

required technical specifications of Sub Structure of

the rig.:

Yes/ No

Clear height : ______________

6 Draw-Works:

Draw-works should be single or double drum draw-

works equipped with adequate capacity auxiliary

brake for safe running in of the string. The draw-

works also should have reverse rotation facilities.

Minimum horsepower rating should be 750. Hydraulic making up and breaking out cylinders to

be provided.

All the offered equipments are in line with the

required technical specifications of the rig:

Yes/ No

Manufacturer: ______________

Model: ______________

Rated Power _____________ HP

7. Hydraulic Cat-head:

Drillco Ezy-Torque or equivalent, complete with

motor etc.

Hydraulic Cat Head Unit:

Manufacturer: ______________

Model: ______________

8. Drum :

The drum should have adequate braking system

with cooling arrangement.

The offered equipment is in line with the required

technical specifications suitable for the rig.

Yes/ No

9. Auxiliary Brake :

The rig system shall have ECB / Hydro dynamic /

Dynamic Disk brake with brake cooling system.

The offered equipment is in line with the required

technical specifications suitable for the rig.:

Page 85: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

85

Yes/ No

10 Controls :

Driller’s console shall have the following facilities

at Derrick floor

Raising and lowering the mast

Emergency shutdown control.

Air operated transmission shift control

Hydraulic tong control

Engine start and kill switches

Slush pumps and DRAW-WORKS

throttle controls

Note: Safety of operations, equipment and the well

besides the safety of manpower should be the main

concern

All the offered equipments are in line with the

required technical specifications of Controls of the

rig.

Yes/ No

11 Draw Works Cooling System:

The draw works should have a suitable cooling

system

The offered equipment is in line with the required

technical specifications of Draw Works Cooling

System of the rig.

Yes/ No

12 Crownomatic and Flooromatic safety device:

To be provided with the rig

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

13 Crown Block:

Static Hook Load Capacity matching with the

Mast. The Crown Block should have required no.

of sheaves for 1 ¼” / 1 1/8’’ casing line and one

sheave to be grooved for 9/16’’ for air winch /

hydraulic winch. Running Crown sheaves should

be skewed to reduce twisting of the traveling block

at the racking platform elevation.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Manufacturer: ______________

Model: ______________

Capacity: ______________

14 Travelling Block and Hook:

Travelling Block Assembly should have following

features :

Rated static Load capacity-Minimum 250

tons.

Required sheaves grooved for 1 ¼” / 1

1/8” drilling line.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Traveling Block:

Manufacturer _________________

Model _________________

Capacity _________________

Drilling hook:

Manufacturer _________________

Model _________________

Capacity _________________

15 Elevator Links:

Suitable weldless elevator links having minimum

Load capacity of 250 tons.

Elevator links:

a) Size______, Make ______ ,

Model _____, Capacity _______,

Last inspection ______by _______

b) Size______, Make ______ ,

Page 86: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

86

Model _____, Capacity _______,

Last inspection ______by _______

16 Drilling Line Spool:

To be located at rear or as per rig design of the

carrier with 1 ¼” / 1 1/8” drilling line.

Size: ______________

Type: ______________

17 Rotary Table:

27 ½” Rotary Table with matching Load capacity

of Mast. Independent Rotary Table drive is

preferred

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Manufacturer: ______________

Model: ______________

Size: ______________

Power: ______________

18 Master Bushing:

Solid Pin drive Master Bushing compatible with

offered 27 ½ ’’ Rotary Table, complete with bit

breaker plate and one split type master bushing.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

19 Casing Bushing:

One set of split type Cul Bushing should be

available for use with 27 1/2’’ Rotary Table for

different size of Casings (13 3/8”, 9 5/8”, 7” & 5

½”).

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

20 Insert Bowl:

One set of split type insert bowl compatible with

master bushing (Bowl-1, 2 & 3).

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

21 Swivel:

Swivel should be fitted with standard bail, wash

pipe packing assembly, goose neck hose,

connection union for API rotary hose, having 300 T

rated static Load capacity and compatible 182 T

API bearing rating at 100 RPM.

Manufacturer: ______________

Model: ______________

Rated Load: ______________

22 Kelly & Kelly Bushing:

Hexagonal Kelly of 5 1/4” and 3 1/2” sizes (OD)

having 40’ length along with pin insert Kelly

bushing compatible with master bushing.-One each

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

23 Kelly Spinner:

One Kelly spinner, air operated with all standard

rig up accessories for installation. The spinner is to

be compatible for left and right rotation.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

24 Kelly Cock:

Upper Kelly Cock, minimum 5000 psi WP, having

LH regular thread connections compatible with

swivel and Kelly. –One No.

Lower Kelly Cock, minimum 5000 psi WP, having

4 1/2” IF Box RH x 4 1/2” IF Pin RH.-Two Nos.

Kelly Cock (Upper):

Manufacturer: ______________

Size: ______________

Rating: ______________

Kelly Cock (Lower):

Manufacturer: ______________

Size: ______________

Rating: ______________

Page 87: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

87

25 Kelly Saver Sub:

Kelly Saver Sub compatible to Kelly and drill pipe

connections to be provided.

Kelly Saver Sub:

Manufacturer: ______________

Size: ______________

Rating: ______________

26 BOP Handling System:

Suitable BOP handling system with chain & pulley

block and platform or BOP trolley to be provided

to handle BOP

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

27 Dog House:

Dog house is to be mounted on three-runner skid.

Dog house to include standard fittings and

arrangements for installation of drilling recorder,

other instrumentation and tool box.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

28 Mud Pumps:

Two numbers of Triplex mud pumps of rated 1600

input HP each minimum, driven by suitably rated

independent drive electrical motors with single

skid, having spark arrestors and remote shut-off

(from driller console), complete with cooling

system are to be equipped with following :

i) Suitable Super Charging system mounted

on a separate skid / same skid,

connected to the suction tank. Suction

and discharge lines are to be equipped

with butterfly valves.

ii) Suitable oil lubricating system for pump.

iii) Liner flushing / cooling system.

iv) Pulsation dampener to be provided.

v) Full flow shear / reset type pressure relief

valve.

vi) Suction pulsation dampener.

vii) Jib crane with trolley and hand hoist.

viii) 5000 psi Pressure Gauge preferably

Martin Decker on discharge line.

ix) Hydraulic valve seat puller assembly.

Details Mud

Pump-1

Mud

Pump-2

i) Make

ii) Model

iii) Input BHP

iv) Available Liner and

Piston sizes in Inch

v) Discharge (GPM) as per

Liner Size(s)

vi) Max. Pressure (psi), as

per liner Size(s)

vii) Details of Pulsation

Dampeners

viii) Details of

Supercharger Pumps

ix) Provision of Suction

Strainer and

Dampeners

29 Mud Discharge System:

One discharge manifold of 5000 psi WP, two

parallel mud lines / single mud line between mud

pump discharge manifold and mud stand pipe

manifold complete with all necessary piping,

unions and connections.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

30 Mud Standpipe Manifold: The offered equipment is in line with the required

Page 88: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

88

Suitable standpipe manifold with valves & pressure

gauges having pressure rating 5000 psi WP is to be

provided.

technical specifications of the rig.

Yes/ No

31 Rotary and Vibrating Hoses:

2 nos. rotary hoses 3 ½” ID x 55’ long, 5000 psi

WP and 2 nos. vibrating hoses 3 ½” ID x 12’ long,

5000 psi WP with suitable size hammer union

connections and safety clamps.

Rotary Hose Details:

Nos._____, Size_______, Length ________

Pressure Rating_______, Make ________,

End Connections __________________

Vibrating Hose Details:

Nos._____, Size_______, Length ________

Pressure Rating_______, Make ________,

End Connections __________________

32 Mud Handling System:

i) Active Mud Tanks: Three tank mud system

(Shaker tank, intermediate tank and suction

tank, each with suitable compartment) with

about 120 cubic meters active volume with

mud ditches and weir gates for control of

mud flow. Proper isolation of Mud tanks is

required and all mud tanks should be

equipped with adequate no. of agitators.

ii) Reserve Mud Tanks: Three nos. reserve

mud tanks each having capacity of 45 cubic

meters with provision of mud ditch with

gates, and suction valves with all necessary

piping and dresser couplings, suction valves

and connection for mud and water service.

Each reserve tank should have two

compartments with provision of transfer mud

from active to reserve tank and vice versa

and direct connectivity with hopper and

delivery.

iii) Treatment tank: One tank having capacity

of about 6-8 cubic meters is to be provided.

All the tanks are to be equipped with adequate

mud agitators and mud guns and should be

with suitable clean out gates.

iv) Trip Tank: One Trip tank complete with

Centrifugal pump & Mud Level indicator

readable from Driller’s station, suitably

Mud Tanks:

Mud Tank Active Reserve

Use

Dimension

Volume

Agitator Yes

/ No

Yes

/ No

Yes

/ No

Ye

s /

N

o

Ye

s /

N

o

Y

e

s

/

N

o

Mud Guns Yes

/ No

Yes

/ No

Yes

/ No

Y

e

s

/

N

o

Ye

s /

No

Y

e

s

/

N

o

All mud tanks are provided with Drill water, and

Diesel Supply Lines

Yes / No

Treatment Tanks: Capacity: _________bbls.

Trip Tank:

Volume: ___________ bbls.

Sensitivity: ___________ bbls.

Page 89: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

89

calibrated. (Capacity-10 m3)

v) All mud tanks are to be provided with Drill

water & Diesel supply lines (optional).

Trip tank complete with Centrifugal pump & Mud

Level indicator readable from Driller’s station.

Yes/ No

33 Mud Mixing System:

i) Two nos. of low-pressure hoppers with

necessary pipelines, valves of pumps

suction and discharges from / to suction

and treatment tank with suitable motors.

ii) Jet Shearing Device

iii) Slug Tank – 2 nos. (one with suction tank &

another with reserve tank 1) Tank Volume

one third of the total tank volume iv) Suitable transfer pumps.

Details of Mud Mixing System

a) Hoppers

Qty: _______________

Size: _______________

b) Jet Shearing Device (provide Details)

c) Slug Pit: __________ bbls.

d) Provision of Transfer Pumps: Yes/No

34

Linear Motion Shale Shaker :-

i) 2 nos Dual tandem Linear Motion Shale

Shakers of Brandt / Derrick / Kemtron/ MI

Swaco/ NOV make only with scalping

arrangement having total capacity of 1000

GPM are to be provided with the rig with

suitable motor and screen sizes.

ii) Screen Washer :

High pressure low volume water spray

system.

iii) Linear Motion Mud Cleaner: Capacity

1000 GPM of Brandt / Derrick / Kemtron/

MI Swaco or equivalent make only.

iv) Degasser (Horizontal / Vertical Type):

One vacuum type degasser

(Horizontal/Vertical Type) of Brandt /

Derrick / Kemtron/MI Swaco/ NOV only

for handling 1000 GPM gas cut mud.

v) Mud Gas Separator (Vertical Type):

Multi inner baffles system complete with

perforated plates.

vi) Centrifuge:

Linear Motion Shale Shakers:

Make.___________

Model___________

Capacity___________

Make.___________

Model___________

Capacity___________

The above shale shakers will be provided with

replacement screens with 20-120 mesh size.

Yes/No

Screen Washer:

High Pressure Low Volume Water Spray System

: Yes/No

Linear Motion Mud Cleaner:

Make.___________

Model___________

Capacity___________

Screen size shall be in the range 120-225

Page 90: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

90

300-350 GPM capacity, Brandt / Derrick /

Kemtron/ MI Swaco/ or equivalent make:

01 no.

vii) Jet Shearing Device:

Brandt/Derrick/ Kemtron/ MI Swaco or

equivalent make:1 No.

Degasser :

Make.___________

Model___________

Capacity___________

Mud Gas separator : (poor-boy degasser)

Make.___________

Model___________

Capacity___________

35 Desander :

Brandt / Derrick / Kemtron/ MI Swaco or

equivalent make only. Two (2) / Three (3) cones

unit with minimum 800 GPM with suitable feed

pump driven by electric motor with sufficient spare

cones.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

36 Prime Mover & Transmission:

The rig should be equipped with suitable prime

movers & transmission.

Prime Mover:

Make.___________

Model___________

Capacity___________

HP for each engine___________

No. Of Engines : ___________

Transmission:

Make.___________

Model___________

Capacity___________

37 Electrical & lighting system:

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Generator:

Two no(s) Generator of minimum 380 KVA, 3

Phase-415V, 50Hz, complete with acoustic

enclosure designed as per GPCB guidelines. The

complete DG set along with control panel with

incoming circuit breaker of suitable capacity

having all metering, indication, energy meter.

Provision of Neutral Grounding Resistance (NGR)

to minimize the fault current below 750ma as per

IE Rule 116.( a statuary requirement)

Make.___________

Model___________

Capacity___________

Motor Control Center: AC Motor Control Center, 415 Volt, 3 phase, 50

Hz with 800 Amp (50 KA) bus bars with incoming

breaker (ACB) draw out type including O/C, E/F

relays.

All motor feeders shall have ELR.

All motors DOL starters/ Push Button, Junction

boxes, distribution boxes installed in zone-I &

Zone-II shall have DGMS approval along with

valid certificate.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Page 91: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

91

Distribution Section: The power to the starters will be distributed

through 3 pole circuit breakers (MCCBS) of

different ratings as per the capacities of motors.

The panel should also have provision of spare

switches for starters as well as rig floor panel,

utility house lighting, area lighting and control

room lighting etc. as required.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

1. Lighting Fixtures and System: Appropriate

lighting fixtures and provision of adequate light in

all areas like mast and racking system, catwalk,

substructure, mud tanks, mud pump, etc. to be

provided with the rig.

* Power supply to the lighting feeder shall be

220v Phase to Phase.

* All lighting and electrical fixtures installation

shall be as per DGMS rules and regulations.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

i) Appropriate AC Power, Control and Cable

wiring to be provided to meet the

requirement of rig equipment.

All cable entry shall be protected by DC cable

gland.

All cables shall be EPR insulated trailing copper

cables.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

ii) Rig Floor Control Panel: Control panel for rig lighting having CBS (3 Poles-

MCCBS) with 10 outlets complete with individual

matching plug for termination of cables as required.

In dog House & at Rig Floor all distribution

control panel, plug and socket, lighting fixtures etc

shall be FLP & DGMS approved

Emergency shut-off system at driller console in

functional condition (A statuary requirement).

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

iii) Earthing for all electrical equipments and

gadgets to be provided as per standard

practices.

* All equipments, motors, PBS, DOL, DB, bunk

houses, & metallic structures installed in mines

shall be earthed as per IS: 3043 & OISD-216 with

suitable size earth conductors.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

iv) Rig Aviation Light to be provided at the

top of the rig mast as per standard

practices.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

v) All rig Electrical crew members including

chief electrician shall have, Electrical

supervisory certificate for working on

415V AC system & Supervisory

Certificate for mines issued by state

licensing board, (A statuary requirement).

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Page 92: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

92

vi) Following tools shall be made available

for electrical job but not limited to:

a) Multi-meter

b) Earth Tester

c) Tong Tester

d) Electrical tool box\

e) Insulated Hand Glows

f) Lux-meter

g) Tacho-meter

h) FLP Torch

i) Fuse Puller

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

vii) Bidder to Ensure:

a) Bidder to ensure filing of Mines log sheet

as IE Rule-131

b) Lock-out permit system.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

viii) Display of following

a) SLD

b) Cable lay-out & Earthing drawing

c) Hazardous area classification

d) Electrical Shock-treatment chart.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

ix) Provision of 01 No. 63 KVA DG SET for

Emergency Requirement.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

38 Utility Items:

i) One no. cold start compressor:

Cold start portable compressor package or

equivalent which should include:-

Compressor with constant speed control, inlet

filters / silencer, intercooler and relief valve with

the following features:

Actual delivery - 36 CFM

Rated Pressure - 150 psi or matching with

requirement of rig equipments.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

ii) One electrical motor driven compressor

and two mechanical compressor as per

specification given below:

Air Delivery : Minimum 175 CFM for Electrical

Air Delivery : Minimum 300 CFM for Mechanical

Working Pressure: 150 psi or matching with

requirement of rig equipments.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

iii) MCC / Air Compressor / Air Receiver

House: Utility house mounted on two

runner skid with sufficient room for

electric air compressor, mechanical air

compressor & MCC.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

Page 93: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

93

iv) Air Receiver Tanks :

a) One Vertical / Horizontal Air Receiver

with 150 M3 capacity, 150 PSI working

pressure.

b) One Vertical / horizontal Air Receiver

with 10 M3 cu. ft capacity, 150 PSI

working pressure. Complete set of air

reservoir with piping, fittings and hoses

from compressor to Air Receivers and on

to all air operated controls and related

equipment shall be sufficient to all the

compressed air requirement of the drilling

rig.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

a) Make.___________

Model___________

Capacity___________

b) Make.___________

Model___________

Capacity___________

v) Air Dryer:

Regeneration type air drier unit with following

specification:

Air Pressure: 175 PSIG

Capacity: 100 CFM

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

39 Hydraulic Supply Package:

2 pumps, each having a capacity of 40 GPM at

2000 psi. Each pump to have sufficient capacity to

operate complete rig hydraulic system. One 150

gallon hydraulic tank to be mounted at front of

carrier complete with oil level gauge, oil

temperature gauge, filter cap, breather and dip

stick.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

40 Water System :

i) Water tank of 80 cubic meter capacity,

with open top, mounted on a three runners

oilfield type heavy duty skid with porch

extension for mounting centrifugal water

pump.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Tank Capacity___________

ii) Two centrifugal pumps driven by 10 HP

explosion proof electric motor complete

with all valves, pipings fittings etc. for

supplying water to all required points.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

No. of Pumps___________

Capacity of each pump___________

iii) Drill water filter system along with

complete accessories & fittings, pumps,

motors etc.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Note: Adequate water arrangements for the operations including emergency requirements and

consumption shall be the responsibility of the Contractor

Page 94: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

94

41 Fuel System:

i) Two numbers of Fuel tanks of approx. 75

cu. m. capacity. Saddle mounted at

four placed on three runner oilfield

type heavy duty skid. It should have

four feet porch extension for

mounting two (2) fuel pumps.

ii) Pre-filter: 3 plated filter elements each

rated to remove solids to 5 microns.

iii) Coalescer: Two coalescer elements and 2

separator elements.

Note: Permits and arrangement for use of fuel etc.

shall be the sole responsibility of the Contractor.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

42 Drilling Equipment / Tools (Serviceable):

Tubular Goods:

All tubular goods should be as per API

Specification 7.

i) Drill Pipe:

5” D/pipe, range-II, G grade, 19.5 ppf, 4 ½” IF

Conn., Class-1 or Premium class – 3000 m.

3 ½” D/pipe, range-II, G Grade, 13.3 ppf, 3 ½” IF

Conn., Class-1 or Premium class – 3000 m

2 7/8” D/Pipe, range-II, ‘G’ grade – 3000 m

Drill Pipe (note if hard banded) :

Amount _________________

Size OD _________________

Size ID _________________

Wt. ppf _________________

Grade _________________

Condition _________________

Range _________________

Tool Joint Size _________________

Tool Joint Wt. _________________

ii) Drill collar:

a) 8” D/Collar, 2-13/16” ID, 6-5/8” Reg.

Conn., Range-II, Spiral grooved with

recess for Elevator and Slip (222.7 kg/m)

– 12 singles.

b) 6 ½” D/Collar, 2-13/16” ID, Range-II,

Spiral grooved, 4 ½” IF / 4” IF Conn. with

recess for Elevator and Slip (136 kg/m) –

24 singles.

c) 4 ¾” D/Collar, 2-1/4” ID, Range-II, Spiral

grooved, 3 ½” IF Conn. with recess for

Elevator and Slip (69.7 Kg/m) – 10 singles

d) 3 1/2” D/Collar, with suitable PUP joint –

10 singles

All the above Drill Collars will be Class-I or

Premium Class.

Drill Collar:

Amount _________________

Size OD _________________

Size ID _________________

Wt. ppf _________________

Grade _________________

Condition _________________

Range _________________

Tool Joint Size _________________

Tool Joint Wt. _________________

iii) Heavy Weight D/Pipe:

5” HWDP, 3” ID, Range-II, (73.5 kg/m) – 24

singles.

Heavy Wt. D/Pipe:

Amount ________________

Size OD ________________

Size ID ________________

Wt. ppf ________________

Grade ________________

Condition ________________

Range ________________

Tool Joint Size ________________

Tool Joint Wt. ________________

Page 95: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

95

iv) Drilling Jar: Bowen / Griffith /

Weatherford / Smith.

a) 8”/7 ¾” OD Drilling Jar for 12 ¼” hole

section. – 1 each.

b) 6 ½” /6 ¼” OD Drilling Jar for 8 ½” hole

section- 1 each.

c) 4 ¾” OD Drilling Jar for 6” hole- 1 each.

Connections should be compatible with the

contractor’s drill string.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

v) Cross Overs:

All the required substitutes for 17 1/2”, 12 1/4”,

8 1/2” & 6” size bits and for drill String members

shall be provided with the Rig – adequate no. each.

Bidder to give detailed list of cross overs and to

confirm categorically to provide all cross over

subs matching with the drill string, fishing tools

and supplied equipments and for bits as per

casing policy to be used.

vi) Safety Valve:

Full opening Safety Valve 5000 psi rating

compatible with tubular connection shall be

provided.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

vii) Stabilizers: One near bit and two string stabilizers (Integral

blade type) for 17 ½”, 12 ¼”and 8 ½” size.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

viii) Core Barrel: One no. 6 ¼” /6 ¾” X 4” X 30 Ft. Core Barrel

CHRISTENSEN / REED-HYCALOG

/HALLIBURTON make complete with all

accessories, handling tools & stabilizer with

adequate no. of inner fiber core barrel along with

necessary cutter, end caps and clamps and

compatible core bit for soft and hard formation.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

Make.___________

Model___________

Capacity___________

43 Rig Floor Handling Equipment (Serviceable): Handling Tools (provide details of each tool)

i) Elevator (Drill String):

Drill Pipe Elevators:

a) 5” D/Pipe Elevator, 250 T, 150 T- 2 nos. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

b) 3 ½” D/pipe Elevator 150 T – 2 nos. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

c) 2 7/8” D/Pipe Elevator, 100 T- 2 nos. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

Drill Collar Elevators:

d) 8” D/collar Elevator, 100 T- 2 nos. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

e) 6½” D/Collar Elevator, 100 T- 2 nos. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

f) 4 ¾” D/Collar Elevator, 100 T – 2 nos

Size_________, Make _______

Model _________, Capacity __________

Page 96: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

96

Last inspection _________by___________

ii) Elevator (Casing):

a) 13 3/8” Casing Elevator, 200T -2 nos.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

b) 9 5/8” Casing Elevator, 250T-2 nos.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

c) 7” Casing Elevator, 250T- 2 nos.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

d) 5½” Casing Elevator, 200T- 2 nos.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

iii) One number single joint elevator each for

13 3/8”, 9 5/8”, and 7” / 5 1/2" Casing.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

iv) Rotary Slip:

Rotary Slip suitable for Tubular sizes – 2 nos. each

a) 5” D/Pipe Slip.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

b) 3 ½” D/pipe Slip.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

c) 2 7/8” D/Pipe Slip.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

d) 8” D/Collar Slip.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

e) 6 ½” D/Collar Slip.

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

f) 4 ¾” D/Collar Slip

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

v) Casing Slip:

Casing Slips suitable for casing sizes – two nos.

each

a) 13 3/8” Casing Slip. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

b) 9 5/8” Casing Slip. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

c) 7” Casing Slip. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

d) 5 1/2” Casing Slip. Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

vi) Safety Clamp for D/Collar: The offered equipment is in line with the required

Page 97: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

97

Safety Clamp for 8” D/C - 01 no.

Safety Clamp for 6 ½” D/C - 01 no.

Safety Clamp for 4 3/4" D/C - 01 no.

technical specifications of the rig.

Yes/ No

vii) Power Tong:

a) Rotary Tong type DB for D/Pipe, D/Collar

and Casing pipes of all sizes, complete

with jaws for each size, along with lug jaw

assembly of 8” – 11 ¼” and 11 ¾” -14

3/8”-1 set

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

b) Rotary Tong for 2 3/8” – 3 ½” for EUE

tubing.-1 set

Size_________, Make _______

Model _________, Capacity __________

Last inspection _________by___________

viii) Casing Tong :

Hydraulic casing tong (5” – 20”) with sets of jaws

for 5”, 5 ½”, 7”, 9 5/8” , 13 3/8” and 20” – 1 set.

Size_________, Make _______

Model _________, Range __________

Last inspection _________by___________

ix) Bit Breaker:

Bit Breaker for 17 ½”, 12 ¼”, 8 ½” & 6” Bit -1 no.

each.

Bit Breaker adapter plate - 1 no.

Bidder confirms to provide.

Yes / No

x) Bit Gauge:

Bit gauge for 17 ½”, 12 ¼”, 8 ½” & 6” Bit -1 no.

each

Bidder confirms to provide.

Yes / No

xi) Circulating Head:

Circulating heads for 5” D/Pipe, 3 ½” D/pipe, 2

7/8” D/Pipe, 13-3/8” Casing, 9-5/8” Casing, 7”

Casing & 5 ½” Casing – 1no. each

Size_________,

Connection _______

xii) Mud Saver Basket:

Mud Saver Basket for 5”, 3 ½” and 2 7/8” D/Pipes

– 1 no. each

Or

Mud Saver Basket with different rubber sizes for

5”, 3 ½” and 2 7/8” D/Pipes.

Bidder confirms to provide.

Yes / No

xiii) Spinning Wrench:

Pneumatic / Hydraulic Pipe Spinning Wrench for

5” / 3 ½” / 2 7/8” Pipes with right & left hand

rotation, complete with all accessories – 1 set.

The offered equipment is in line with the required

technical specifications of the rig.

Yes/ No

xiv) Casing drift Gauge:

Casing drift gauges as per API Standards for

13 3/8”, 9 5/8”, 7” & 5 ½” Casing size of

commonly used weight would be provided.

Bidder confirms to provide.

Yes / No

xv) Lifting sub for Drill Collars in adequate

quantity

Bidder confirms to provide.

Yes / No

xvi) All Tubing Handling Tools for 2 3/8” – 5½”

size range.

Bidder confirms to provide.

Yes / No

Casing Handling Tools:

Casing Size

Sin

gle

Ele

vato

r

Side door

Elevator Slips

T

o

n

g

s

Page 98: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

98

13-3/8" Csg

9-5/8 Csg

7" Csg

7” XL

5 ½" Csg

44 Fishing Tools:

Fishing Tools must be of any of the following

makes: National Oil Well (BOWEN / GRIFFITH),

Weatherford, Smith Intl. or Baker Oil Tools make

Details of Fishing tools should be provided for

Contractor’s tubulars for various hole sizes.

i) Over Shot: Releasing and circulating type overshot

complete with all standard accessories for

various hole sizes 17 ½”, 12 ¼”, 8 ½” &

6” and inside 7”/5 ½” casing. All sizes

grapples should be available for

contractor’s drill string.

Bidder confirms to provide.

Yes / No

ii) Reverse Circulating Junk Basket:

Reverse Circulating Junk Basket complete

with all accessories for 17 ½”, 12 ¼”, 8

1/2” hole sizes.

Bidder confirms to provide.

Yes / No

iii) Junk Sub: Junk Sub for operation in 17 ½”, 12 ¼”, 8

1/2” hole sizes.

Bidder confirms to provide.

Yes / No

iv) Fishing Jar and Bumper Sub For 12 ¼”, 8 1/2”, 6” hole – 1 nos each.

Bidder confirms to provide.

Yes / No

v) Fishing Magnet:

Fishing Magnets – 10 1/2”, 7” & 5” size

for hole sizes 12 1/4”, 8 1/2”

respectively.

Bidder confirms to provide.

Yes / No

vi) Impression Block: Impression Block’ of

OD 12”, 8” & 5½”.

Bidder confirms to provide.

Yes / No

vii) Other Fishing Tools: Other Fishing Tools compatible to hole

size like surface Jar, Fishing jar, Bumper

Sub, Spear, Rotary Taper Tape etc. shall

be provided. Sufficient quantity of

ITCOLOY, TINNING ROD & BRAZING

FLUX to be kept in stock to dress worn

out mill or shoe as and when required.

Bidder confirms to provide.

Yes / No

viii) Safety Joint: To suit different fishing tools. – 1 set each.

Bidder confirms to provide.

Yes / No

ix) Junk Mill: For use in 12 ¼”, 8 ½” and 5 ½” hole. – 1

each.

Bidder confirms to provide.

Yes / No

45 BOP Equipment:

BOPs must be of HYDRIL, CAMERON OR NOV

(SHAFFER) / WOM /T3 make only. BOPs of any

other make will not be acceptable

Blow out Preventer stack:

Bidder to provide complete BOP stack Diagram

and details

Siz

e

Mak

e. &

Type

Rat

ing P

SI

Res

ponse

Tim

e

Gal

lons

to

close

Gal

lons

to

open

Clo

sing R

atio

Open

ing R

atio

Page 99: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

99

a) Annular Blow Out Preventer:

Annular BOP 13 5/8” X 5000 psi working pressure

including all standard accessories.

Bidder confirms to provide.

Yes / No

b) Ram Type Blow out Preventer: Double Ram type BOP, 13/5/8” x 5000 psi working

pressure, hydraulically operated with manual

locking systems, fitted with 1 set of 5” pipe rams in

bottom cavity and 1 set of blind or blind / shear ram

in top cavity, two 5000 psi working pressure top

and two 5000 psi working pressure bottom side

outlets (4 1/16”, 5000 psi WP including all

standards accessories. Ram assemblies for casing

size 9 5/8″, 7” and 5 1/2”. One set Ram assembly

for 5” Drill Pipe size.

Bidder confirms to provide.

Yes / No

c) One no. double Ram BOP 7 1/16” – 5000

psi WP complete with 3 ½” & 2 7/8”

D/Pipe Ram assemblies

Bidder confirms to provide.

Yes / No

d) Kill Valves at BOP stack & Kill

manifold:

4-1/16” x 5000 psi Working Pressure,

hydraulically operated gate complete with manual

override (HCR)

Bidder confirms to provide.

Yes / No

e) 2 1/6” 5000 psi WP Valve junction

inclusive of one 2 1/16”-5000 psi WP

Check valve for kill manifold-1 No

Bidder confirms to provide.

Yes / No

f) Drilling Spool: 13-5/8” flanged ended with two flange side outlets

4 1/16” 5000 psi WP – 1 No.

Bidder confirms to provide.

Yes / No

g) Adapter Spool: Double studded adapter flange 13-5/8” – 3000 to 13

5/8” – 5000 psi WP, complete with nuts to match

BOP stack & well head – 1 No. Double studded

adapter flange 11” – 5000 psi to 13 5/8” – 5000 psi

WP, complete with nuts to match BOP stack & well

head – 1 No.

Bidder confirms to provide.

Yes / No

h) Choke valves at BOP Stack: 4 1/16” – 5000 PSI WP, hydraulically operated gate

valve complete with manual override – (HCR

Valve) 1 No.

4 1/16” – 5000 psi WP, manually operated gate

valve – 1 No.

Bidder confirms to provide.

Yes / No

i) BOP Accumulator Unit: M-80 Sara Koomy make BOP Accumulator unit or

equivalent model of Shaffer / Stewart Stevenson /

ABB, skid mounted, 3000 psi WP, consisting of :

Separator type accumulators: 20 Nos.

One (1) triplex plunger pump, driven by electric

motor, pump capacity will meet API requirement

and standard industry practice.

Air operated pumps (3 nos.) to operate

with maximum air supply capacity air will

meet API requirements and standard

Bidder confirms to provide.

Yes / No

Page 100: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

100

industry practice.

BOP fluid reservoir.

Pressure relief valve

Manifold for operating the following BOP

stack functions, complete in assembly:

Annular BOP

Upper Ram BOP

Lower Ram BOP

Hydraulically operated valves

Remote air operated control panel for

operating the unit from the drill floor as

well as from tool pusher room, complete

with the all standard accessories, air hose,

handle, junction boxes etc.

Accumulator bladders charging and

gauging assembly. Necessary high

pressure hoses and chicksen piping to

connect accumulator unit to the BOP

stack.

j) Choke & Kill Manifold: Choke & Kill manifold assembly 4 1/16”-5000 psi

WP, with :

One remotely operated hydraulic choke

with position indicator, 5000 psi WP or

above

One manually adjustable choke 5,000 psi

WP

Gate valve, block crosses, tees, pressure

gauges & Transmitters as necessary

Other Accessories.

Bidder confirms to provide.

Yes / No

k) BOP Test Stump:

One number Test Stump of 5M rating.

Bidder confirms to provide.

Yes / No

l) BOP Testing Unit:

5M working pressure with recorder.

Bidder confirms to provide.

Yes / No

m) Inside BOP/ Drop in Check Valve: One number GRAY or Equivalent make 5” inside

BOP/Drop In Check Valve with 5M W.P for 5” OD

D/P.-One no.

Bidder confirms to provide.

Yes / No

n) Cup Tester:

for 9 5/8” casing (40 to 47 ppf), 7” casing(26 to 29

ppf) and 5 ½” casing (17 to 20 ppf ) with 4 ½” IF

connection

Bidder confirms to provide.

Yes / No

46 Drilling Instruments:

i) Weight Indicator System: Martin Decker

type “E” or equivalent for 50000 – 75000

lbs single line Load complete with sensor

and hose long enough to run from deadline

anchor to Driller’s console

Bidder confirms to provide.

Yes / No

ii) Pump Pressure Gauge System : Console

mounted gauge, 0-350 kg/cm2 (5,000 psi)

complete with diaphragm protector and

high pressure hose to run between stand

Bidder confirms to provide.

Yes / No

Page 101: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

101

pipe manifold and driller’s console

iii) Tong torque indicator system: Console

mounted gauge, 0-9050 kgf tong line pull,

complete with Load cylinder sensator and

high pressure hose to run between sensator

and driller’s console

Bidder confirms to provide.

Yes / No

iv) Rotary RPM tachometer / proximity

switch system: Console mounted gauge,

electric, two scales: 0-150 RPM AND 0-

300 RPM or One scale: 0-200 RPM,

electric cable to run between the rotary

and driller’s console

Bidder confirms to provide.

Yes / No

v) Mud pump SPM system for three mud

pumps: Console mounted gauges 0-200

SPM. Electric cable to run between mud

pumps and driller’s console

Bidder confirms to provide.

Yes / No

vi) Driller’s Instrumentation Console: Martin

Decker or equivalent instrumentation

system capable of recording

Hook Load (Tons)

Weight on Bit (Tons)

Penetration rate (Minutes/Meter)

Rotary / Top drive Speed (RPM)

Rotary / Top drive Torque (Kg-m)

Pump / Standpipe Pressure (Kg/cm2)

Mud pump No.1 SPM

Mud pump No.2 SPM

Mud pump No.3 SPM

Total SPM

Total Stroke Counter

Tonne Mile Indication

Tong line pull indication (kgf)

Trip Tank Level/Volume

Active Mud Pit Volume (M3)

Mud Gain / Loss (M3)

Depth of Hole (Meters)

Bit Position (Meters)

Return Mud Flow

Mud Density In / Out

Casing Pressure (Kg/cm2)

HC Gas Sensors

Drilling Parameter Recorder (Minimum 7

Channel) to be provided for continuous

recording of the above mentioned

parameters.

Advanced integrated drilling instrumentation

system like DS-2000 or Mud watch which are

computer based with digital read to be provided for

online monitoring at the base office and Company

man office.

One Monitor along with Printer to be provided at

Company man Bunk House for continuous

monitoring of the above mentioned drilling

Bidder confirms to provide.

Yes / No

Page 102: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

102

parameters and taking record-o- graph printouts.

vii) All provisions required as per DGMS /

GPCB / OISD including Audio Visual

General Alarm System to be provided

along with Public Address System.

Bidder confirms to provide.

Yes / No

viii) Telephone System: One complete

telephone system for communication

between rig floor and other areas of the rig

to be provided and provision for Internet

connectivity.

Bidder confirms to provide.

Yes / No

ix) Hand held Radios (Intrinsically Safe)

Adequate number (minimum 6) of hand

held intrinsically safe radios to be

provided.

Bidder confirms to provide.

Yes / No

x) Calibrated Pressure Gauges are to be

provided at Stand pipe manifold, Choke

manifold, Discharge of individual mud

pumps.

Bidder confirms to provide.

Yes / No

xi) One number of calibrated Portable Multi

Gas Detector capable of detecting

Hydrocarbon

Bidder confirms to provide.

Yes / No

47 i) Safety Equipment:

Safety Equipment: Necessary and adequate

fire fighting and safety equipment to comply

with requirements of DGMS & OISD for land

drilling rigs and shall include a minimum of

the following:

Bidder confirms to provide.

Yes / No

Type of Area Portable extinguisher

Derrick Floor 2 nos. 10 Kg. DCP

Extinguisher

Main Engine

area

1 no. 10 Kg. DCP

Extinguisher for each

Engine

Electric motor / Pump

For water circulation

For mud preparation

1 no. 10 Kg. DCP

Extinguisher

Mud gunning pump

Area

1 no. 10 Kg. DCP

Extinguisher for each

Mud gunning pumps.

Electric Control Room

(PCR).

1 no. 6.8 Kg CO2

Extinguishers for each

Unit.

1 no. 10 Kg. DCP

Extinguisher for each

unit

Mud mixing tank

Area/chemical lab

1 no. 10 Kg. DCP

Extinguisher

Diesel storage area 1 no. 50 ltrs Mechanical

Foam extinguisher

1 no. 50 Kg. DCP

Extinguisher

2 nos. 10 Kg. DCP

Extinguisher

2 nos. and bucket or ½’

Page 103: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

103

sand drum with Spade

Lube storage area 1 no. 10 Kg. DCP

Extinguisher

1 no. sand bucket stand

Air compressor area 1 no. 10 Kg. DCP

Extinguisher

Fire pump area 1 no. 10 Kg. DCP

Extinguisher

DIC office 1 no. Fire Extinguisher

Shed near DIC office

with 3 nos 10 Kg. DCP

Extinguisher and 2 nos.

sand bucket.

Fire Bell near bunk

House

1 no.

Type of Area Portable extinguisher

ii) Fixed fire fighting system as per OISD

Standard 189

Bidder confirms to provide.

Yes / No

iii) Derrickman’s safety equipment: As follows:

Derrickman’s escape device complete with

inertia brake, wireline, anchor, clamps and

of chair type suitable for use for two

persons one by one ( DGMS Approved )

– 1 set

Derrickman’s safety belt – 2 sets

Fall prevention device counter weight

type for climbing assistance for 2 persons

Bidder confirms to provide.

Yes / No

48 Hand Tools:

i) Shift Worker’s Tools: All necessary and complete set of hand tools for

Shift worker’s use to be provided.

Bidder confirms to provide.

Yes / No

ii) Mechanic’s Tools: All necessary and complete set of hand tools

required for general mechanical maintenance of rig

to be provided.

Bidder confirms to provide.

Yes / No

iii) Electrician’s Tools: All necessary and complete set of hand tools

required for general electrical maintenance of rig to

be provided.

Bidder confirms to provide.

Yes / No

iv) Driller’s Tools: All necessary tools for Driller’s / Asst. Drillers use

to be provided.

Bidder confirms to provide.

Yes / No

v) Miscellaneous: Necessary testing and maintenance tools such as:

Slings

Ropes

Block and tackle

Chains

Bidder confirms to provide.

Yes / No

Page 104: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

104

Rig washing detergent

Brushes, brooms, rags etc. to be provided.

49

Other Equipment:

i) Welding machine:

Welding Transformer / Welding machine,

diesel engine driven, 300 amp rating

complete with cable, clamps welding rod

holder, welding helmet, chipping hammers

and all associated welding and cutting

apparatus – 1 set

Bidder confirms to provide.

Yes / No

ii) Oxygen-acetylene welding equipment:

Oxygen-acetylene welding equipment

including oxygen and acetylene bottles,

bottle stand, regulators, hoses, brazing and

cutting nozzles, strikers, tip cleaners,

goggles, and tool box for welding

accessories – One set

Bidder confirms to provide.

Yes / No

iii) Rig warehouse skid set– 1set Bidder confirms to provide.

Yes / No

iv) Rig workshop skid – 1set Bidder confirms to provide.

Yes / No

v) Pipe bins:

Pipe bins as required for transportation of

piping spools hoses, equipment, tools etc

during rig move – 1 lot.

Bidder confirms to provide.

Yes / No

vi) Pipe racks:

Pipe racks as required for racking of drill

pipes and casing.

Bidder confirms to provide.

Yes / No

vii) Electric generator unit:

Electric generator unit, portable diesel driven 7.5

KW continuous rating, skid mounted, complete

with all controls and standard accessories – 01 set.

Bidder confirms to provide.

Yes / No

viii) Drilling line spool carrier:

Drilling line spool carrier fitted with motor and

gear box and skid mounted or mounted in

substructure or Drilling line spool fitted in Rig

carrier as per rig design. – 01 no.

Bidder confirms to provide.

Yes / No

ix) Cellar Pump:

Cellar pump, pneumatic / Electrical pump (with

flame proof motor), complete with all necessary

fitting and sufficient hose for section from celler

and discharge into tank or waste pit - 01 set.

Bidder confirms to provide.

Yes / No

x) Bell nipple – 01 no. Bidder confirms to provide.

Yes / No

xi) Bug blower – 2 nos. Bidder confirms to provide.

Yes / No

Page 105: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

105

50 Transport Equipment:

i) Crane: Suitable capacity - 01 No.

Note: One additional Crane to be made available at

site during casing lowering operations.

ii) Emergency vehicle: 01 no. with necessary

First-Aid facility and stretcher. Vehicle

should be equipped with vehicle exhaust

spark arrester.

Bidder confirms to provide.

Yes / No

51 Camp Facilities:

DSA: Suitable DSA for contractor’s personnel /

SOGL / third party personnel of SOGL with

medical facility, recreation and office.

DSA & Office requirement of SOGL :

i) A/C office bunk house for company man

as office cum accommodation with Table

chair, Almirah, Attached toilet, Computer,

Printer, Photo copier, Fax, Internet, UPS

and other office facilities.

ii) A/C bunk house having office facility for

Chemist/ Geologist with the same facilities

as mentioned above at Sl. No. – 1

iii) Four bed A/C bunk house for

accommodation of SOGL Officers.-one

iv) All bunk houses are to be provided with

fire fighting and first aid systems.

v) All bunk houses / accommodation shall be

provided with residual current devices to

avoid electrocution & short circuit

Bidder confirms to provide.

Yes / No

52 Casing Policy: (Generalized)

The casing policy to be used will be one of the following:

13 3/8” x 9 5/8”x 5 ½”/7” casing up to surface /liner OR

13 3/8” x 9 5/8” casing up to surface and 7”/5 1/2” liner.

9 5/8”x5 ½”/7 “ casing upto surface/liner

As per well requirement

53 Electrical Portable Top Drive :

(Independent adequate power source)

Hook Load Capacity: - Min. 250 T.

Power: - A.C Motor of suitable rating, non-

sparking, flame proof and suitable for hazardous

locations.

Cooling System: - Motor Cooling System to

operate with ambient temperature of 50 Degree.

Centigrade.

Torque Requirement: Maximum Continuous

Torque – Not Less Than 21,000 ft-lbs. At 100

RPM.

Maximum Torque at maximum speed – Not Less

Than 11,000 ft-lbs.

RPM range – 0-180 (Maximum)

53

ELECTRICAL PORTABLE TOP DRIVE :

(Independent adequate power source)

Hook Load Capacity: - Min. 250 T.

Power: - A.C Motor of suitable rating, non-

sparking, flame proof and suitable for hazardous

Make.___________

Model___________

Rated Load___________

Torque Rating___________

RPM Range___________

Page 106: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

106

locations.

Cooling System: - Motor Cooling System to

operate with ambient temperature of 50 Degree.

Centigrade.

Torque Requirement: Maximum Continuous

Torque – Not Less Than 21,000 ft-lbs. At 100

RPM.

Maximum Torque at maximum speed – Not Less

Than 11,000 ft-lbs.

RPM range – 0-180 (Maximum)

Page 107: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

107

Appendix – V

(TO BE FILLED IN BY BIDDER FOR OFFERED RIG)

Sr.

No.

Details

1. Contractor:

2. Rig Name:

3. Type & Design:

4. Date of Construction:

5. Drill Unit: Bidder to confirm categorically that all the offered equipments are compatible

with the drilling depth rating of the rig.

i) Depth rating of rig___________ Basis________

ii) Hoisting equipment_______________________

iii) Mast (derrick) Make.________ size___________

Load capacity (Metric Tones or Kilo Pounds)_______ Racking capacity_______

Last Inspection________________ by_________

iv) Draw works : Make.________ Model________ Power__________

v) Hydraulic cat head unit : Make_________ Model_______

vi) Crown Block Make.________ Model________ Capacity_______

vii) Travelling Block Make.______ Model________Capacity_______

viii) Drilling hook : Make._________ Model_________ Capacity__________

ix) Top Drive System – Electrical

Make___________ Model____________ Capacity__________

Torque rating – Continuous __________at___________RPM

Intermittent __________at __________ RPM

Power requirement___________ Power source_________

x) Inside BOP: Rating Upper___________ psi, Lower_________ psi

xi) Pipe Handler details: Make.___________ Model_____________

Tonnage Capacity____________ Torque_____________

6. Drill Pipe Elevators

i) Size ______________, Make ______________, Model______________,

Capacity______________, Last inspection ______________, by ______________

ii) Size ______________, Make ______________, Model______________,

Capacity______________, Last inspection ______________, by ______________

Page 108: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

108

iii) Size ______________, Make ______________, Model______________,

Capacity______________, Last inspection ______________, by ______________

7. Elevator Links

i) Size ______________, Make ______________, Model______________,

Capacity______________, Last inspection ______________, by ______________

ii) Size ______________, Make ______________, Model______________,

Capacity______________, Last inspection ______________, by ______________

8. Pipe Rack

a.

b.

9. Drilling line size and type________________

10. Rotating equipment

a. Rotary table: Make.____________, Model __________, size ________

Power __________

b. Swivel: Make.____________, Model __________, size ________

Power __________

c. Kelly: Make.____________, Model __________, size ________

Power __________

d. Kelly Cock (Upper & Lower):

Make.____________, size ________, Rating __________

Make.____________, size ________, Rating __________

11. Drilling instrumentation (list drilling recorders etc installed)

Weight Indicator : Make ___________, Model ________________

Mud Gauge Assembly : Make ___________, Model ________________

Tong Torque Indicating system : Make ___________, Model ________________

Rotary RPM : Make ___________, Model ________________

Rotary Torque : Make ___________, Model ________________

Mud Pump SPM / Tachometer system: Make_________, Model _____________

Pit Volume Totalizer: Make ___________, Model ________________

Pit Volume Indicator: Make ___________, Model ________________

Page 109: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

109

Mud Flow Fill: Make ___________, Model ________________

Pen Recorder : to record Hook Load, ROP, Mud Pump Pressure, Rotary Torque, Rotary

RPM, Mud Pump SPM.

12. Circulating System:

a. Mud Pumps

Make. Model HP Available

Liner

Power Discharge Max.

Pressure

1

2

3

Details of Pulsation Dampner

Details of Super Charger Pumps

b. Rotary hose: Nos.______ Size _____ Length___ Pressure Rating ______

c. Mud Storage Tanks

S.N USE Dimensions Volume Agitators Mud Guns

1

2

3

4

5

6

7

i. Trip Tank: (Complete with Centrifugal pump & Mud Level indicator readable

from Driller’s station)

Capacity (bbl) Centrifugal pump details

ii. Slug Pit:

Capacity (bbl) Centrifugal pump details

iii. Chemical Mixing Tanks:

Capacity (bbl) Centrifugal pump details

13. Mud Mixing Equipment

LP Hoppers Qty.:________ Size _______

Jet Shearing Device (provide details) ___________

14. Pit level indicators

Page 110: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

110

Pumps: Qty.:_______ Make / Model _________

15. Flow Indicator

16. Linear Motion Mud Cleaner:

Make._______ Model ________ Capacity_________

17. Shale Shakers

Linear Motion Shale Shakers -2 Nos.

Make._______ Model ________ Capacity_________

Make._______ Model ________ Capacity_________

The above shale shakers will be provided with replacement screens with 20 – 250 mesh size.

Screen Washer: High Pressure Low Volume Water Spray System:

18. Degasser: Make._______ Model ________ Capacity_________

19. a) Mud Gas separator : Make._______ Model ________ Capacity_________ (poor-

boy degasser)

b) Centrifuge (Min 300-350 GPM ) : Make._______ Model ________

Capacity_________

c) De-sander capacity of 800 – 1100 G.P.M. : Make._______ Model ________

Capacity_________

20. Power Plant: No. of Engines ______ Make. ________ Model_______ HP______

21. Choke / Kill manifold : Size__________ Rating___________

22. Chokes :

i) Type _______________ Rating __________

ii) Type _______________ Rating __________

iii) Type _______________ Rating __________

iv) Type _______________ Rating __________

23. Bop Stack:

size Make. &

Type

Rating

Psi

Response

Time

Gallons

to Close

Gallons

to Open

Closing

Ratio

Opening

Ratio

24. Available rams (Specify sizes):

25. Kill & Choke Valves (main stack) :

i) Make. & type_________, Size______, Rating________, Hyd.Optd.________

Page 111: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

111

ii) Make. & type_________, Size______, Rating________, Hyd.Optd.________

iii) Make. & type_________, Size______, Rating________, Hyd.Optd.________

iv) Make. & type_________, Size______, Rating________, Hyd.Optd.________

26. No. of Side Outlets_________ Location __________

Provide complete BOP stack Diagram.

27. X over spools for BOPs to match 2000 psi, 3000 psi, 5000 psi well head

a)

b)

c)

d)

28. Spacer spool

Size__________ Rating____________ Length_____________

Size___________ Rating____________ Length_____________

29. BOP Handling System

30. a) BOP Control system

Manufacturer:

No. of Accumulator Bottles_______, Make.__________, Type__________

Charge Pr._____ Rated Volume each bottle_____ Usable Volume each bottled___

Total volume to open and close all preventors

Operating Pressure________ Total Volume______ Surplus Volume____%

b) BOP Remote Control Panel Location: Drill Floor______________

Tool Pusher officer______, Other Location____

c) Whether BOP control system meets API regulations:_____________

31. BOP testing equipment & tools

32. Tubular Goods:

Drill Pipe (note if hard banded)

i. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

ii. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

Page 112: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

112

iii. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

iv. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

33. Heavy – Weight Drill Pipe

i. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

ii. Nos.___________ Size OD______ ID________ weight ppf_________

Grade___________ Condition ______________ Range__________

Tool Joint_________ Size and Weight_________

34. Drill Collars

i) Nos._________ Size: OD_____ID_____ weight ppf_______

Length_______ Spiral______ Connection________ Condition_______

ii) Nos._________ Size: OD_____ID_____ weight ppf_______

Length_______ Spiral______ Connection________ Condition_______

iii) Nos._________ Size: OD_____ID_____ weight ppf_______

Length_______ Spiral______ Connection________ Condition_______

iv) Nos._________ Size: OD_____ID_____ weight ppf_______

Length_______ Spiral______ Connection________ Condition_______

v) Inspection schedule on all Tubulars, when last inspected and by whom:

____________

35. List of pup joints

36. Lifting Subs :__________________

37. Cross over subs (Detailed list to be submitted)

Confirm categorically to provide all Cross over subs matching to Contractor drill

string, fishing tools, and contractor supplied equipment and for bits as per casing

policy to be used______________

38. Bit Subs ____________________________________

39. Bit Breakers __________________________________

40. Handling Tools (provide details of each tool)

Page 113: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

113

Tongs _________________________________

Slips ___________________________________

Drill Collar Elevators _______________________

Safety Clamps____________________________

Pneumatic / Hydraulic Drill Pipe Spinning Wrench ________________________

Confirm providing all required Tubing Handling Tools for 2 3/8” – 5.1/2” size range

_____________

41. Casing Handling Tools:

Casing Size Single Elevator Slips Tongs

For 13-3/8” Casing

For 9-5/8” Casing

For 7” Casing

For 5 1/2”/5” Casing

42. Casing Hydraulic Power Tong ______ Model ________ Size Range________

43. Other Drilling Tools:

i. Handling tools, Stabilizers & all accessories provided

Make ____ Size: OD ____ ID _____ Length_______________

ii. Casing Circulating Heads_______________

44. Kelly Spinner : Make_________ Model___________

45. Deviation Instrument

a. Drift Indicator : Make _______ Range(degrees)______________

b. Wire line winch : Make ______ Wire line size _______ capacity________

46. Inside BOP

i. Make/Model_______ Size: OD______ID________ Connection_________ Pressure

Rating_______ Qty._____

ii. Make/Model_______ Size: OD______ID________ Connection_________ Pressure

Rating_______ Qty._____

47. Welding Gensets, Gas Cutters, Torches and accessories.

Make: ________________________

Model / type: ________________________

All other miscellaneous equipments required for Rig and drilling equipments.

Page 114: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

114

48. Rig should be equipped with Detection equipment to detect Combustible & sour gases as per

international practices.

49. Ventilation and Air-conditioning System

50. General Information (if any)

Date__________ Signature of the Bidder_____________

Page 115: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

115

ANNEXURE – VI

FORM FOR FURNISHING DECLARATION BY THE IMPORTERS OF RIG AND

ASSOCIATED EQUIPMENT

I/we hereby declare that the rig and associated equipment imported by me/us, as per the details given

below, are in working order and have a minimum residual life of five years.

Description with technical specifications (Technical pamphlets/photographs of the rig and associated

equipment may also be enclosed).

Name of the Manufacturer and country:

Serial no. /other identification mark for the Rig and associated equipment:

Year of Make:

Present conditions of the rig and associated equipment and its residual life:

CIF value of Rig and associated equipment being imported:

I/we hereby declare that the above statement and information are correct to the best of my/our knowledge

and belief.

I/we fully understand that any information furnished above, if proved incorrect or false will render me/us

liable for any penal action or other consequences as may be prescribed in the law or otherwise warranted.

Signature of the Importer :

Name in Block Letter :

Designation :

Full Official Address :

Full Residential Address :

Place :

Date :

Page 116: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

116

ANNEXURE – VII

PRICE FORMAT FOR RIG AND ASSOCIATED EQUIPMENT

Sr. No. Activity Price in INR / USD

1.0

Mobilisation charges (Lumpsum)

2.0 Day Rate charges (With Top Drive)

i) Operating rate (R1)

ii) Standby rate (R2)

3.0 Meter Rate charges (With Top Drive)

i) 17 ½ hole (M1)

ii) 12 ¼ hole (M2)

iii) 8 ½ hole (M3)

4.0 Inter location move charges for 1 move

i) For 1 move of < 10 km (Lump sum)

ii) Movement > 10Km (Rate per km)

5.0 Demobilisation charges (Lump sum)

6.0 1.0 Bidders must indicate the following in the

price bids :

a) Value of the rig and equipment

intended to be imported.

b) Total value of the rig and

equipment.

Note: Arrangement of Diesel for the operations is the sole responsibility of the Contractor.

7.0 Rate per man day for each category of personnel for additional deployment or short deployment.

Sr.

No.

Category of Personnel Price in INR / USD

a) Rig Coordinator (at Base)

b) Rig Superintendent

c) Tool pusher

d) Tour pusher

e) Driller

f) Assistant Driller

g) Chief Mechanic

h) Chief Electrician

i) Derrick man

j) Floor man

Page 117: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

117

k) Mechanic

l) Electrician

m) Welder

n) Roustabout / Unskilled labour

o) Crane Operator

p) Driver

q) Medical

r) Communication operator

s) Mud engineer

t) Cementing operator

u) Cementing technician

v) Cementing engineer(on call)

Sr.

No.

Rate for extra boarding and lodging. Price in INR / USD

i) Rate for breakfast

ii) Rate for Refreshments (Soft Drinks / Tea / Coffee /

Snacks, etc.)

iii) Rate for lunch/Dinner

iv) Rate for lodging per day

Page 118: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

118

ANNEXURE – VIII

OUTLINE OF DRILLING PROGRAMME

Location : Exploratory blocks of SOGL

Area : Ahmedabad / Mehsana / Gandhinagar districts

Gujarat State

Country : India

Tentative Target depth : 1500m / 2000 m

Tentative Casing programme :

Depth Hole Size Casing Size

0-400m 17 1/2" 13 3/8"

400 -1400m 12 1/4" 9 5/8"

1400-2000m 8 ½” 7” / 5 ½”

* TENTATIVE MUD PARAMETERS: -

Depth Range

(m) Sp. Gr.

Viscosity

(cp)

Gel10,

(Secs)

W/L API

(cc) pH

Sand (%)

0 – 400 1.04 – 1.05 40 – 42 - No Control 9.5 < 2

400 – 1000 1.05 – 1.12 40 – 45 50 – 55 4 – 6 9.5 < 2

1000 – 1400 1.12 – 1.13 40 – 45 50 – 55 2– 4 9.5 < 1

1400 – 2000 1.13 - 1.20 45 – 50 55 – 60 2 – 4 9.5 < 1

* The above casing programme is tentative and subject to change based on Company’s requirement.

* Mud parameters may vary depending upon well conditions and well locations.

Page 119: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

119

ANNEXURE – IX

1.0 CONTRACTOR’S PERSONNEL

1.1.1 The Contractor shall deploy the following minimum personnel for the drilling units as per details

below. However with advanced automated rigs, SOGL may consider changed manpower

requirement based on justification.

(b) KEY PERSONNEL

DESIGNATION

Day Shift

Night Shift

Experience in

respective categories

with reputed oil

companies

Project coordinator

(Station at base

office Ahmedabad)

General Shift

10 Years

Rig Manager/

Superintendent

General Shift

10 Years

Tool Pusher 1 0 5 Years

Tour Pusher 0 1 5 Years

Driller 1 1 5 Years

Assistant Driller 1 1 3 Years

Chief Mechanic General Shift

3 Years

Chief Electrician General Shift

3 Years

(c) OTHER PERSONNEL

DESIGNATION Day Shift Night Shift

Derrick Man 2 2

Floor Man 4 4

Mechanic 1 1

Electrician 1 1

Page 120: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

120

Welder 1 1

Roustabout/

Unskilled labour

4 4

Crane Operator 1 1

Driver 1 1

Medical (MBBS) General Shift

Communication

Operator 1

1

Safety Officer General Shift

Security 1 1

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

Page 121: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

121

ANNEXURE – X

PRICE EVALUATION FORMAT 1: DAY RATE BASIS

Evaluation will be made on the basis of formula given as under:

Sr. No. Activity Symbol Price in INR / USD

a)

Mobilisation charges (Lumpsum) A

b) Day Rate charges

iii) Operating rate :R1 x 20 day

B1

iv) Standby rate :R2 x 10 day

B2

c) Inter location move charges for 1 move

iii) For 1 move of < 10 km

C1

iv) Movement > 10Km (Rate per km)

C2

d) Demobilisation charges (Lumpsum)

D

e) Other Loading as per clause - 6.0 of BEC

E

TOTAL (A+B1+B2+C1+C2+D+E)

Rs. / USD:

Amount in Words:

Page 122: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

122

PRICE EVALUATION FORMAT

2: METER RATE BASIS

Evaluation will be made on the basis of formula given as under:

Sr. No. Activity Symbol Price in INR / USD

a)

Mobilisation charges (Lumpsum) A

b) Day Rate charges

i) Operating rate :R1 x 01 day

B1

ii) Standby rate :R2 x 01 day

B2

c) Meter Rate charges

iv) 17 ½ hole: M1 x 400 Mts./well

C1

v) 12 ¼ hole: M1 x 1000 Mts./well

C2

vi) 8 ½ hole: M2 x 1100 Mts./well

C3

d) Inter location move charges for 1 move

i) For 1 move of < 10 km

D1

ii) Movement > 10Km (Rate per km)

D2

e) Demobilisation charges (Lumpsum)

E

f) Other Loading as per clause - 6.0 of BEC

F

TOTAL (A+B1+B2+C1+C2++C3+D1+D2+E+F)

Rs. / USD:

Amount in Words:

Page 123: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

123

ANNEXURE – XI

BEC Compliance Matrix

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

S.No. Action Yes No Page

No.

Remarks

1. Experience in field of Onshore Drilling of

Oil and Gas wells

2. Experience of at least on 750 HP or

higher capacity rig with Top drive

facility, with supporting documents

3. A minimum experience of five years in

drilling and drilling of five

exploratory/development wells of 2000

m depth.

4. Copy of MOU / Agreement in case of

Joint Venture / Collaboration clearly

indicating Scope of Work

5. In case of Indian Bidder who does not

meet the drilling experience

requirement, Application for necessary

Government’s clearance for foreign

collaborator/Joint Venture partner

having requisite drilling experience

6. Power of Attorney and Authorization

letter for signing authority

7. Experience of the Crew Personnel

vide Annexure IX, (alongwith valid IADC

/ IWCF certificate)

8. Contractor shall furnish and maintain at

its cost all items specified in Annexure –

III

9. List of complete mobile Drilling Rig

with trucking equipment as per Annexure

– V

10. Form for furnishing Declaration by the

Importers of Rig and Associated

Equipment, Annexure – VI

11. Acceptance of Outline of Drilling

Programme, Annexure VIII

12. List of all insurances for equipment,

personnel and vehicles, which will be

provided during the period of Contract.

13. Confirmation of Bidder’s insurances are

valid for operations in India

14. The certificate clearly indicating the

residual life of all critical items,

particularly of Mast & Sub-structure,

Engines, Draw works, Rotating system,

Mud pumps (preferably not older than 5

years), Tackle system and BOP’s

15. Documentary evidence to establish the

ownership of the drilling unit

Page 124: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

124

16. In case the bidder is going to buy or lease

the drilling unit, a copy of valid agreement

between Manufacture or the owner

17. Details of Technical experience

18. Details of Technical and Commercial

Strength (Financial last 3 years)

19. Information regarding any current

litigation

20. Confirmation accepting liability for all

taxes and duties

21. Details of Current areas of operation

22. Details of Project Management

Experience in last 5 years

23. Project completion Certificates including

Gantt charts

24. EMD / Bid Bond (Bank Guarantee)

25. Acceptance of Performance Bond (Bank

Guarantee) clause for execution of

contract.

26. Acceptance of Liquidated Damages

Clause.

27. Acceptance of Force Majeure Clause.

28. Acceptance of Termination Clause.

29. Acceptance of Settlement of Disputes

(Arbitration) Clause.

30. Acceptance of Jurisdiction and Applicable

Law Clause.

31. Acceptance of Safety and Labour Laws.

32. Acceptance of Inspection Clause.

33. Acceptance of Compliance with

Provident Fund Act with rules, order and

notifications issued thereunder from time

to time

34. Acceptance to comply with all statutory

obligations

35. Confirmation for mobilization of drilling

units, equipments, services and

consumables on receipt of mobilization

notice and Mobilization plan

36. Full postal address and telephone, Mobile

/ telex / fax/ email

37. Submission of QMS, QA/QC & HSE

Manual/ Policy / Quality Systems specific

to this Contract

38. Any exception / deviation taken

39. Willingness to perform Mud Engineering

Service along with drilling services,

Annexure XIV

Page 125: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

125

i. Bidder should write ‘Yes/No’ and not use tick mark to avoid any misinterpretation.

ii. Bidder should indicate relevant page number of his bid wherever applicable.

40. Acceptance of Price Format, Annexure –

VII

Action Yes No Page

No.

Remarks

41. HSE Questionnaire, Annexure – XIII

42. Any other relevant information

43. Acceptance of Draft Contract Agreement

as per Annexure-XVI

Page 126: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

126

ANNEXURE - XII

TENTATIVE TIME NORMS FOR DRILLING OPERATIONS

Tentative Time Norms for different drilling operations are formed based on following

assumptions:

a. Bidders shall adopt optimum drilling parameters while drilling.

b. Bidders shall strictly follow SOP (Safe Operating Practices).

c. Use of proper bits for different formations.

d. Time for other miscellaneous jobs shall be at actual and will be judged by expert

Company man.

e. These tentative time norms are indicative only and the Company shall further optimize

and modify these time norms based on the drilling experience of the area and the same

shall be incorporated in the GTO of each well which will be binding on the Contractor for

payments on pro-rata basis.

Sr. No DEPTH OPERATION NORM

1 0 - 400M Drilling 200 - 250 M/Day

2 400-1500M Drilling 180 - 200 M/Day

3 1500-2500M Drilling 100 – 120 M/Day

4 0 - 400M Round Trip 02 Hrs

5 0 - 1500M Round Trip 08 Hrs

6 0-2500M Round Trip 12 Hrs

7 At Different

Depths:

Bottom Sub At Drilling Discharge

8 Circulation for Casing 2 Cycle at Drilling Discharge

9 Circulation for Cementation 1 ½ Cycles at Drilling

Discharge

10 Circulation for Logging 2 Cycles at Drilling

Discharge

11 Intermediate Circulation Bottom Sub at Drilling

Discharge

12 400M Casing+Cementation+IWH

(including WOC)

1 Day

13 1500M Casing+Cementation+IWH

(including WOC)

1 ½ - 2 Days

14 2500M Casing+Cementation+IWH

(including WOC)

2 ½ - 3 Days

Page 127: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

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:

Page 128: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

128

a) Does your Company have a specific policy statement at senior and operational levels reflecting

management(s) commitment to Health and Safety? Please provide copies.

2 Company Environmental Policy:

a) Please provide a copy of your Company Environmental Policy. Does your company also have

site specific Environmental Policy Statements? If so please enclose a copy of the Policy of

relevance to the activity(ies) your company proposes to provide.

3 Management Responsibility:

a) Who has overall responsibility for Health, Safety and/or Environmental matters in your

organisation? (Please provide names, titles and an organisational chart)

b) Who is the most senior person in your organisation responsible for compliance with the company

and site specific HSE Policy?

4 Policy Dissemination

a) What mechanism are used to distribute and communicate your company/site specific Health,

Safety and Environmental Policy(ies) to personnel?

B ORGANISATION:

1 Structure:

a) Please provide a copy of the company organisational chart highlighting specialist HSE resources

and responsibilities.

2 HSE Responsibilities:

a) How are Health, Safety and Environmental responsibilities of your employees defined and

communicated to them?

b) Who is designated by management as responsible for the maintenance of the HSE management

system / HSE plan for the project?

3 Documentation of HSE MS:

a) Please provide an overview of the HSE MS document structure. Include information on its

content, distribution, review and update and the mechanism for the control and the removal of

obsolete information.

b) Please provide details on the HSE plan you intend to use for this project for managing the HSE

aspects of the job.

4 Communication:

a) Please describe the process by which your employees are consulted on Health, Safety and

Environmental issues.

Page 129: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

129

b) How are safe working practices communicated to your employees?

c) How are the environmental aspects of activities and the controls they are required to implement

communicated to employees?

d) How are the minutes and actions arising from Health, Safety and Environmental meetings

communicated to all employees?

e) How are external complaints relating to environmental aspects of your company activities

actioned?

5 Emergency Responsibilities:

a) Does your company have an organisational chart showing the specific chain of command plus the

various responsibilities and duties of those involved in the emergency response organisation?

b) Does your company have emergency response plans and procedures including environmental

incidents?

c) Who is responsible for updating the plans and procedures, how frequently is this done and to

whom are they distributed?

d) Have personnel received appropriate training in their emergency response roles and

responsibilities?

6 Management Commitment:

a) How does senior management demonstrate their commitment to Health, Safety and

Environmental matters?

b) Are Health, Safety and Environmental meetings held with Management, Safety Representatives,

the workforce and any sub-contractors?

7 Training

a) What arrangements are in place to ensure that all levels of the workforce have the knowledge and

skills to enable them to work in a competent manner? How are the skills and knowledge

maintained?

b) What specific Health, Safety and Environmental Training Programmes are in place for the

different levels of the workforce?

c) Does your company have a Competency Assurance Policy?

d) What National, Lead body or other competence standards are the employees assessed against?

e) How are the Competence Assessments carried out, documented and recorded?

8 Management of Sub-Contractors

Page 130: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

130

a) How does the company ensure that sub-contractors allocate sufficient resources to health, safety

and environmental issues?

b) How does your company assess the competence and performance of sub-contractors?

c) Are there formal company procedures for auditing any subcontractors HSE Management System?

d) How are senior management formally advised of the findings of HSE audits on sub-contractors?

C PLANNING - RISK ASSESSMENT

1 Major Hazards

a) If applicable, how does your company identify and assess major hazards of your operations?

Details of major hazards and typical controls employed to mitigate the effects should be provided.

b) What arrangements does your company have for documenting assessments and how often are

they reviewed?

2 Work Place

a) How does your company identify and assess the risks to Health and Safety of employees and

others who may be affected by your undertakings?

b) What arrangements does your company have for documenting such risk assessments and for

providing this information to others that may be affected by the hazards?

c) How frequently are your risk assessments reviewed?

3 Contract Mobilisation

a) Does your company hold pre-mobilisation meeting(s) with staff and sub-contractors to

specifically discuss Health, Safety and Environmental aspects of the work?

b) What arrangements are in place to ensure that in rapid mobilisation the company's format safety

procedures are followed?

4 Personal Protective Equipment

a) What arrangements are in place for issue and use of personal protective equipment by employees

carrying out routine and those for specialised activities?

5 Unit and Equipment

a) How does your company ensure that unit and equipment supplied and used at work sites get

correctly registered, fit for purpose and maintained in a safe working condition?

b) Provide brief details for Lifting equipment (Inspections & Testing), Hand-held electrical tools,

welding and gas cutting and grinding tools, etc.

6 Environment

Page 131: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

131

a) Please provide an overview of company environmental risk assessment tools and techniques with

particular reference to the service(s) you intend to provide.

b) Please summarise any activity specific controls, including those relating to discovery that you

proposed to implement in order to manage environmental risk.

D PERFORMANCE

1 Supervision:

a) What arrangements does your company have for line supervision to monitor the safe execution of

work at your premises, sites and other locations where your employees are working?

b) What arrangements does your company have for line supervision of environmental working

practices at your premises, sites and other locations where your employees are working?

c) What arrangements does your company have for passing on any results and findings of this

supervision and performance monitoring in a) and b) to senior management and to employees?

d) How does the company ensure that safety and environmental issues including those arising from

inspections and meetings are satisfactorily actioned?

2 Communication of Health, Safety and Environmental Information:

a) How are the findings following an investigation, or a relevant incident occurring elsewhere in

your company, communicated to management and the workforce?

3 Reportable Incidents

a) Has your company suffered any Statutory Notifiable Incidents or Dangerous Occurrences over

the past 5 year? If YES, please provide details including dates, descriptions, causes and

preventive measures taken etc.

b) With respect to the environment, list any instances of the following over the last 5 years:

Breaches in legislation, regulation etc.;

Non-compliance with company Environmental Policy;

Environmental Incidents

4 Enforcement Notices

a) Has your company been served an Enforcement Notice by an enforcing authority or been

prosecuted under any HSE legislation over the last 5 years? If YES, please provide details.

5 Health and Safety Performance Records

a) Has your company maintained records of your incidents/accidents and other performance

indicators during the last 5 years? If YES, please provide the following details for each year:

number of lost time incidents, number and type of injuries, total hours worked by the workforce

for each corresponding year, frequency rates and your Company’s definition of a lost time

incident.

Page 132: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

132

6 Environmental Performance Records

a) Does your company maintain records of environmental performance? For example, attainment of

environmental objectives and targets, environmental emissions and discharges (including solid

waste)?

7 Performance Achievement Awards

a) Has your company received any award(s) for Health, Safety and or Environmental performance?

If YES, please provide details.

8 Initiatives:

a) Does your company operate any HSE related initiatives? If YES, please provide details.

E REVIEW AND AUDIT

1 Management of Reviews and Audits

a) What arrangements does your company have for reviewing the effectiveness of your HSE

management system / HSE plan for this project?

b) How is management and workforce advised of review/audit findings and how are relevant

findings observed elsewhere disseminated to all sites and locations?

c) How are improvements to the HSE management system implemented?

2 Audit Procedures

a) Please enclose a copy of the company HSE audit plan

b) How are audit findings tracked to completion?

Page 133: SHORT Re-TENDER (ICB) - sogl.insogl.in/Tender/Hiring Onland Drilling Rig Services.pdf116 ANNEXURE – VIII OUTLINE OF DRILLING PROGRAMME 118 ANNEXURE – IX CONTRACTOR’S PERSONNEL

133

IMPORTANT DATES

Sr. No. Particular

Date

1

Tender Floating

24th December 2015

2

Seeking Clarification by

4th January 2016

3

Pre-bid Conference

5th January 11:00 AM

4 Tender Submission closing 16th January 2016 by 15:00 Hrs