details of eoi are as under

55

Upload: others

Post on 04-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Details of EOI are as under
Page 2: Details of EOI are as under

Details of EOI are as under:

EOI No. EOA/CLUSTER-I & GS-29 AND 2 WELLS TIE-IN /EOI/2021 DATED 02.11.2021

Scope of work Draft Scope of Work is enclosed at Annexure I.

Experience Requirement: Please refer Annexure II

Contact Person from ONGC, regarding this PQC

(1) Mr. Veerabhadrarao siddani, SE(I), Tel. +91-884 -2302851; Mob. +91-9491069171 E-mail: [email protected]

(2) Mr. Abhai Pratap Sharma, EE(P), Tel. +91-884 -2302468; Mob. +91-9491069204 E-mail: [email protected]

(3) Mr. Rishi Katiyar, EE(P) Mob. 9491069181 Email: [email protected]

Date & Time of EOI Meeting 12.11.2021 at 11:00 Hrs. (IST)

EOI Meeting Venue Online through MS Teams.

Page 3: Details of EOI are as under

Annexure-I

DRAFT SCOPE OF WORK FOR CONSULTANCY SERVICES

1.0 Introduction: ONGC, Eastern Offshore Asset based at Kakinada is in the process of developing various Oil and Gas blocks in Krishna Godavari Basin of Eastern Offshore Area of India.

ONGC intends to appoint a consultant for all the phases i.e. Pre-FEED, FEED, technical bid package preparation for ensuing EPIC and other contracts, evaluation of bidder’s offers followed by detailed design and engineering review and project management consultancy services of the following two projects:

Project-1: Integrated Development of DWN-E1, DWN-F1 of Cluster-1 of KG-DWN-98/2 (NELP block) and GS-29 (Nomination block) Project- 2: Tie in of 2 wells (G-1-9 Sub, G-1-15) to the existing G-1 Manifold

For development of above projects, Consultancy agency shall prepare Pre-FEED, FEED, recommend the contracting strategy, prepare technical bid packages based on the FEED, provide support during tendering for EPIC and other packages, review detailed engineering by EPIC and other contractor/s after award of package and provide PMC services during execution of the project. Consultant shall also suggest and recommend all aspects such as current technological trends, life cycle operational and maintenance aspects, most economical and time effective variants for ONGC’s consideration.

Part A: Project-1: Integrated Development of DWN-E1, DWN-F1 of Cluster-1 of KG-DWN-98/2 (NELP block) and GS-29 (Nomination block)

2.0 Project Details: Integrated Development of DWN-E1, F-1 of Cluster-1 of KG-DWN-

98/2 (NELP block) and GS-29 (Nomination block)

2.1 Background: 2.1.1 KG-DWN-98/2 Cluster-I (DWN-E1, DWN-F1) is a NELP block & GS-29 is a nominated

block. Earlier, ONGC prepared FDPs for a) Integrated development of DWN-F1 & GS-29 and b) Standalone development of DWN-E1. However, ONGC plans to develop these fields as integrated project to optimize time and cost.

2.1.2 Anticipated production: Total Oil production from GS-29, DWN-F1 field is expected to be 2.88 MMm3 at a peak rate of 2133M3/day over a period of 4-7 years. Total gas production from GS-29, DWN-F1 field is expected to be 1.06 BCM at a peak rate of 0.71 MMSCMD over a period of 4-7 years. Total Gas production from DWN-E1 field is 2.39 BCM with peak production of 0.7 MMSCMD over a period of 13 years. Total Oil production from DWN-E1 field is expected to be 0.06 MMm3 at a peak rate of 21 M3/day over a period of 13 years. The year wise envisaged production profile of both the fields is placed at Appendix A.

2.2 Major Facilities envisaged: 2.2.1 Major Facilities envisaged (Integrated development of DWN-E1, DWN-F1 & GS-29):

Page 4: Details of EOI are as under

a) Re-entry and Completion of 6 subsea wells {4 nos. subsea oil wells (Nomination block GS-29) : GS-29-6, GS-29-7,GS-29-8sub & GS-29-10 and 2 no. subsea well (NELP block KG-DWN-98/2) : DWN-E1, DWN-F1}

b) Well Fluid lines: approx. 37.8 km (pipe in pipe & wet insulated), connection system with facilities for pigging, jumpers.

c) Infield control umbilicals from wells to subsea control module and main umbilical (approx. 37.8km) from offshore subsea control module to CPP for control and chemical injection.

d) Hiring of FSO and installation of SBM. e) 2” x 200 meters Lean MEG line from tie-in point on Cluster-II Lean MEG line to

UTDA-1 near CPP. f) Facilities at CPP:

(i) Inlet manifold, (ii) Oil Train: Inlet Separator, LP compression / MP compression, Surge

vessel, Oil export Pump etc. (iii) Control systems for Subsea wells: MCS/ UPS/ Control panel (iv) Lift gas system: 40,000m3/day continuous injection to DWN-F1 (v) Flare and Utilities and Pig launcher /Receiver interconnection (vi) Provision for chemical storage and Injection facilities.

2.3 Proposed Layout:

The proposed layout is shown below:

The well fluid from GS-29-7 well is planned to be tied back to upcoming oil manifold on CPP through a 6” x 8.3 km flowline. The well fluids from GS-29-6 are planned to be comingled and flowed along with GS-29-7 well fluid through a subsea tie-in point into the 6” flow line to CPP. Well fluid from GS-29-10 is planned to be independently tied back to the oil manifold on CPP through a 6” x 9.2 km flowline. Well fluid from DWN-E1, F1 is to be comingled with GS-29-8sub oil at subsea tie-in points and tied-back to oil manifold on CPP through an 8” x 20.5 km flowline. The treated oil is

Page 5: Details of EOI are as under

planned to export via FSO. Associated gas will be evacuated along with free gas of KG-DWN-98/2 Cluster-II.

The above proposed facilities are as per preliminary study done by ONGC, however consultant has to review the concept, evacuation philosophy including size, numbers, rating and routing of the pipelines as well as the location of the manifolds/ILTs and flow assurance criteria and finalize the concept after study of various options (i.e. connecting the wells to FPSO (under KG-98/2 cluster-II project) and other various export options i.e. export to onshore terminal(s)) to optimize the project time and cost.

3.0 Project implementation:

ONGC intends to execute the project through several individual contract packages broadly as under: a) Integrated Contract for Subsea Umbilicals, Risers & Flow-lines (SURF), SBM,

Subsea Production Systems (subsea trees & wellhead, hardware, control system), Platform facilities at upcoming Central Processing Platform (CPP) (under KG-98/2 Cluster-II project) etc. and connecting jumpers/pipe work.

b) Hiring of FSO c) Well re-entry, completion (Lower completion, Upper completion), sand control,

Production testing, Subsea Test Tree (SSTT), slick-line operations, well activation etc. for production.

Consultant should review the above execution methodology and recommend the suitable contracting strategy.

4.0 Brief scope of work

The scope of work for the integrated consultant (IC) has been envisaged under three phases as detailed out below:

4.1. Phase I: Concept Selection and Pre-FEED

The development of the concept, its verification and high level cost and schedules for the entire development scheme. Integrated Consultant to review the facilities available / planned at Central Processing Platform (CPP) to identify and consider the spare capacity vis-à-vis required facilities for the instant case to workout optimum requirement. Integrated Consultant to also review and confirm the feasibility of using spare Subsea X-mas trees and associated accessories (procured for KG-DWN-98/2 project) available with ONGC at the wells of instant project. IC to also consider interface and integration issues with the existing facilities (control system for subsea wells, well fluid processing/ compression/ pumping facilities etc.) at CPP for these

Page 6: Details of EOI are as under

wells. This option should be holistically studied as one of the possible variants for the development.

4.2. Phase II: Preparation of FEED, Technical Bid Package, Technical Clarifications,

Assistance in evaluation and Award

4.2.1 Part A: Preparation of Basic Engineering Package (FEED) and technical bid package for design and installation of subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.), SBM, Facilities at Central Processing Platform (on upcoming platform under KG-98/2-Cluster-II contract), including Cost estimates etc. and assistance to ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids etc.) till award of EPIC contracts.

4.2.2 Part B: Evacuation Option (Ex. Hiring of FSO): Preparation of Basic Engineering Package (FEED) and technical bid package including Cost estimates etc. of the recommended evacuation option. Hiring of FSO is envisaged by ONGC which need to be reviewed by Integrated Consultant. Assistance to ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids etc.) till award of contract.

4.2.3 Part C: Preparation of technical bid package for hiring of services for subsea wells

re-entry, completion (Lower completion, Upper completion), sand control, Production testing, Subsea Test Tree (SSTT), Slick-line operations, well activation etc. including Cost estimates etc. and assistance to ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids etc.) till award.

4.3 Phase III : PMC services (till execution of the EPIC contract)

4.3.1 Part A: Review of design, detail engineering, and execution methodology of subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.), SBM, Facilities at platform (on upcoming platform under KG-98/2-Cluster-II contract) and post engineering support during offshore execution.

4.3.2 Part-B: Evacuation Option (Ex. Hiring of FSO): Review of design, detail engineering,

and hiring/construction methodology etc. of the recommended evacuation option and post engineering support during offshore execution.

4.3.3 Part C: Review of design and engineering for well re-entry, completion (Lower

completion, Upper completion), sand control, Production testing, slick-line operations, well activation etc. and post engineering support during offshore execution.

Page 7: Details of EOI are as under

In addition to above, IC will assist ONGC in evaluation and recommendation of Change Orders (if any) and other post contractual issues.

5.0 Project Schedule:

The favorable offshore working season for construction works on the east coast of India is restricted to between January and April.

ONGC desires to complete / commission the Project by Sep 2024, or earlier if feasible. The Consultant shall accordingly work on various concept(s) and develop the accepted concept to advise a suitable work plan / schedule.

6.0 Detail Scope of Work: 6.1 Introduction

With reference to the general description of para 4.0 above, the work under this tender to be performed by the integrated consultant (IC) is to be taken up in three phases as hereunder:

6.1.1 The scope of work in Phase-I shall broadly include review of inputs provided by

ONGC and Pre-FEED including screening & verification of concept for field development and techno-commercial analysis including cost estimates (CAPEX and OPEX) taking into account the spare facilities available, if any, at CPP vis-à-vis the required facilities for the project. A project kick Off Meeting (KOM) shall be convened by ONGC EOA, Kakinada office within two weeks of the issuance of the Notification of Award (NOA) to the successful bidder. The Consultant’s report (draft Pre-FEED report) on the above shall be presented to ONGC within four weeks of KOM.

Based on the Pre-FEED and concept screening, incorporating ONGC’s comments on the same, (which shall be communicated within two weeks of receipt of draft Pre-FEED Report from consultant by ONGC) the IC shall engineer and develop the recommendations into a Project Report (PR) under Phase I, which shall be submitted to ONGC within one week of acceptance of draft pre-FEED report by ONGC. The PR shall also include suggested execution & contracting strategy, cost estimates (CAPEX and OPEX) and project schedule to the detail described elsewhere, for the entire scheme.

6.1.2 Under Phase II of the Scope of Work and upon submission of Project Report, the Consultant may commence preparation of FEED and Technical Bid Packages for:

a. EPIC contract of subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.), SBM, Facilities at platform (on upcoming platform under KG-98/2-Cluster-II contract) based on specifications.

b. Hiring of FSO or the recommended evacuation option.

Page 8: Details of EOI are as under

c. Hiring of services for Subsea well re-entry, completion (Upper completion, Lower Completion), sand control, Production testing, Slick-line operations, well activation etc.

Phase-II scope shall entail preparation of the complete technical bid packages (TBPs) for tendering which shall include scope of work, technical requirements and specifications. The IC is also required to suggest special criteria, if any, regarding the required experience of EPIC Contractors to be incorporated in the respective EPIC tenders. ONGC expects the submission of TBPs within eight weeks from the start of Phase II consultancy. ONGC shall revert within two weeks from receipt of the each TBP with its comments, and the corresponding final TBP incorporating ONGC comments will be expected from the IC within one weeks thereafter.

The IC shall assist ONGC during pre-bid / clarification discussions with bidders and shall also assist ONGC in the technical evaluation of bids and preparation of the Technical Evaluation Report (TER).

6.1.3 The scope of the IC shall also include identification of key interface issues (including those with well completion; FSO and EPIC scopes) and advise ONGC on the smooth interface management for the project through all stages.

6.1.4 ONGC reserves the right to terminate the services of the Integrated Consultant after completion of Phase I or Phase II at its discretion, without assigning any reason.

6.1.5 Scope of work for Phase III includes review and approval of contractor’s detailed engineering, vendor engineering / procurement and Project Management support including change orders (if any) during the design & execution phase of the project for the complete scope as indicated above.

6.2 Phase-I: PRE-FEED (FIXED PRICE) The scope of work under Phase-I (Pre-FEED stage) of the consultancy services shall include concept verification, cost analysis and high level cost and schedules for the entire development scheme and preparation of Project Report (PR) for, but not limited to, the following tasks:

a. Review of inputs provided by ONGC b. Review of facilities available/ planned at CPP to identify the spare capacity,

if any, and work out net requirement for the project. Identify and resolve interface and integration issues arising due to this.

c. Identification of missing & conflicting information, if any and advice ONGC on the same, collection of missing information from ONGC and relevant third party agencies, while continuing with the study based on data sourced from public domain.

d. Finalization of field architecture e. P&ID initial development f. Layout development

Page 9: Details of EOI are as under

g. Evaluate and suggest alternative, cost effective development schemes, facilities, strategies and project implementation methodology including the viability, safety issues.

h. Subsea Wells re-entry, completion, Testing & Activation Well Completion Design (Lower Completion, Upper Completion) Sand Control (Cased Hole Gravel Pack) design Production Testing, Slick-line operations, Subsea Test Tree (SSTT), Well

activation etc. i. Subsea Production and Control, Gathering of well fluids

Subsea Production System: control systems. Well fluid evacuation (transport) system & strategy. Subsea layout optimization, Pipeline type & network sizing. Tie-in /hook-up and installation. Flow assurance & hydrate remediation. Identification of special inspection, maintenance and repair

methodology, equipment and/or facilities for proper maintenance of subsea and surface facilities.

j. Oil and gas processing at Central Processing Platform (CPP) & SBM. Well fluid handling, separation/processing facilities. Required facilities for Gas compression. Examine the possibility of

optimization of gas compression facility by utilizing existing/under construction gas compressors.

Chemical Injection facilities. Integration with existing Gas flaring system New/Integration with existing Control and Instrumentation systems New/Integration with existing Power and Utilities. Integration of new facility with existing platform facility and optimization

in envisaged facilities on account thereof SBM facilities i. e. type, size, detailed specifications etc.

k. Hiring of FSO Type and specifications of FSO i.e. capacity etc. Loading and unloading system and methodology Tanker turn around frequency etc.

l. Basis of design preparation and update m. Cost estimating and economic assessment. Detailed cost estimates to a

level of (±) 25% accuracy. n. Environmental, regulatory, fire and safety requirements. o. Project schedule detailing/ enhancement p. Cost effective project execution methodology and contracting strategy. q. Engagement with other work groups and third parties to reduce

uncertainties. r. Development of interface matrix for inclusion in tender documents. s. Identification of risks and Development of risk mitigation plans & reliability

studies.

Page 10: Details of EOI are as under

t. Any other activity or activities required for completion of the work under this phase.

6.3 Phase-II (Fixed price basis): Basic Engineering Package (FEED) & Technical Bid Packages Preparation for SURF, SPS, Platform facilities, SBM, Well Completion etc. and assistance to ONGC during tendering and evaluation of bids till finalization of the tenders and award of respective contracts. The scope of work under Phase - II shall cover the following aspects as a minimum:

a. Preparation of Technical bid package and association/ assist ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids after technical bid opening, etc) for subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.), SBM, Facilities at CPP (on upcoming platform under KG-98/2-Cluster-II contract) etc. on LSTK contract basis till finalization of tender and award of contract.

b. Preparation of basic engineering package (FEED) and technical bid package (based on FEED) and association / assist ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids after technical bid opening etc.) for evacuation Option (Ex. Hiring of FSO) component, till finalization of tender and award of contract.

c. Preparation of Technical bid package and association/ assist ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids after technical bid opening, etc.) for well re-entry, completion (Lower completion, upper completion), sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc.

Further to the general introduction above, the Phase II FEED (fixed price basis) shall include:

6.3.1 Basic Engineering: 6.3.1.1 Basic Engineering to the extent required for providing design criteria and

specifications of complete subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.) including well re-entry, completion (Lower completion, upper completion), sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc. so as to incorporate in bid package including technical specifications for all the services required for the same. Measures to prevent wax/scale deposits, severe slugging, hydrate formation, etc. This should also include the interfaces and integration of new equipment & facilities being planned with that of existing/ proposed equipment, system and facilities at CPP. The IC shall provide a schedule in integrated testing of the systems and recommend how these should be conducted in relation to Factory or Submarine testing.

Page 11: Details of EOI are as under

Design of platform process and compression & injection, subsea control, umbilical termination & gas injection system facilities, with a view to integrate new facility with upcoming platform (CPP) facilities, SBM facilities including: Minimum facilities covering Oil & Gas processing, compression, pumping,

gas and chemical injection and hook-up to upcoming facilities. New/Hook-up Power and Utility systems. Gas compressor and it’s accessories considering optimization of gas

compression facility by utilizing under construction facilities at platform. Other facility optimization that can be undertaken due to integration of

envisaged facilities with upcoming facilities. Other required facilities not indicated above specifically.

6.3.1.2 The Consultant shall carry out engineering required to sufficient detail appropriate

to each area including well re-entry, completion, sand control, production testing, well activation etc. for preparation of technical bid packages. The engineering should include preparation of scope of work, design criteria, drawings, specifications, standards, inspection and testing etc. for various engineering disciplines including but not limited to the following Environmental Civil/Structural/Architectural Piping (including painting, insulation, coating, cathodic protection etc.). Equipment (Rotating, static, pressure vessels, subsea manifold, completion

equipment, drilling rigs/equipment etc.) Electrical Instrumentation and controls SCADA Interface with Drilling and well completion, subsea completion Subsea facilities manifold and hook up. Fire and safety

6.3.1.3 The Consultant shall prepare the draft documents after carrying out necessary

basic engineering and submit to ONGC followed by a presentation to ONGC covering key issues. ONGC's comments if any on the draft documents shall be clarified by consultant and incorporated in the final documents as necessary and submit to ONGC.

6.3.2 Technical Bid Packages 6.3.2.1 The Consultant shall prepare technical bid packages (TBP) for the works (as

indicated above) proposed for execution. The TBP shall be complete in all respects and shall include but not be limited to the following:

(a) The scope of bid documents to be prepared by the Consultant should include design, engineering, project specifications for critical and major items, standard specifications, fabrication, transportation, installation, hook-up, testing, pre-commissioning and commissioning of (as applicable):

Page 12: Details of EOI are as under

a) All subsea facilities (umbilical, riser, pipelines, subsea structures, etc. (SURF)), Subsea Production System (subsea trees, hardware, control system etc.), SBM, Facilities at CPP including metering for delivery of processed oil & gas.

b) For evacuation Option (Ex. Hiring of FSO) and c) Subsea wells re-entry, completion (Lower completion, upper completion),

sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc.

(b) Preparation of complete bid documents (for the respective contracts as detailed above) including attachments, covering project description, scope of work, design basis, specifications, quality assurance, quality control, project management reviews & reporting, documentation, statutory requirements, vendor list, project milestones, outlining documents required for information and approval categories.

(c) The IC shall identify possible interface issues among various packages and contracts and incorporate suitable interface management procedures in all bid documents. The IC shall monitor and be responsible for the interface management.

(d) The IC shall identify the chemicals for injection and the potential vendors for same.

(e) Each of the TBPs will be made up of three section as under: Section-I: Project description and scope of work. Section-II: Design basis broadly covering the various activities. Section –III: Project Specifications and standard specifications.

The indicative list is given hereunder in sections II & III is in respect of above TBPs (as applicable):

Section-II: Design basis broadly covering the various activities. Inlet flow quantity and process fluid characteristics, composition etc. SBM, Pipelines, manifolds, flow lines, risers etc. Umbilicals and controls. Optimized process schemes. Process equipments & vessels. Subsea systems and equipments along with all services. Well design including flow assurance on the basis of predicted reservoir

pressure and potential of the well. Well Completion, Production Testing, SSTT Operations, Slick-line

operations, Well Activation etc. Mechanical items (both static & rotary). Instrumentation and control systems/equipments. Electrical items (both static & rotary). Civil and structural items. Utilities. Fire and safety equipments and systems.

Page 13: Details of EOI are as under

Interfaces and Integration Design Matrix Section –III: Project specifications and standard specifications.

Data sheet for critical equipments, instruments, controllers, pipelines & umbilicals.

PFD (including mass balance) & applicable P&IDs Safe charts GA drawing as applicable Standard specifications to cover all equipments and works, viz. subsea

equipment, Static, rotary, electrical, instrumentation, civil, structural, piping etc. All these standard specifications shall broadly cover objective, scope, material of construction, procedure of fabrication/construction & assembly, inspection, testing and quality assurance, QA/ QC during fabrication, transportation, installation, testing, commissioning and documentation.

6.3.2.2 The draft bid package shall be submitted to ONGC for review. ONGC’s

comments, if any shall be clarified and appropriately incorporated in the final bid documents by the IC.

6.3.3 Other Assistance Required 6.3.3.1 Clarifications to queries raised by prospective bidders on the bid document

prepared by the IC including participation in Pre-bid conference(s) to be held at ONGC, EOA Kakinada and issue of addendum/amendment to bid documents, if required

6.3.3.2 Technical bid evaluation and recommendation for award of the contracts. 6.3.3.3 Overall project schedule with major milestones and particular emphasis on

interface issues. 6.3.3.4 Preparation and submission of detailed cost estimates (accuracy of +/- 10%) to

ONGC for the scope of work as per the bid documents prepared by the IC including clarifications/addendums issued, if any. (To be submitted prior to opening of bids for different contracts)

6.3.3.5 Optimum utilization of existing system, facilities and equipment at CPP shall also be taken into consideration while working out the net requirement for the project.

6.4 Phase III: Review of Design and Engineering of EPIC and Other Contractors

(On reimbursable basis) 6.4.1 During Review of Detailed Engineering, the scope of the Consultant shall be as

under: a. Review and approval of detailed engineering documents b. Review and approval of QA - QC / HSE plans. c. Review and approval of procurement activities including vendor selection,

document review (Material requisitions, Procurement Requisitions) etc., scheduling of inspection/ testing etc. through third party inspection

Page 14: Details of EOI are as under

agencies (to be appointed by Company separately through other Contract).

d. Dealing with/ resolving interface issues between designer, EPIC and other Contractors/ equipment vendors/ TPIC etc.

e. Review and Approval of testing, construction and commissioning procedures and plans

6.4.2 Accordingly, Phase - III shall cover the following also as a minimum, besides those

listed above: a. Post-award activities: i. Participation in Project Kick-off and other management/engineering & site

review meetings with the Package suppliers and EPIC and other contractors. Participation (with or on behalf of ONGC) in similar meetings with major vendors/service providers as required/requested.

ii. Project management, Project Monitoring and Progress Reporting. Preparation of project completion schedule and its updating (if required) along with updating of status on Company’s OPMAC & EPMC website.

iii. Association for Pre-engineering survey(s) that may be conducted by the EPIC contractors.

iv. Review and approval of engineering and plans and procedures for fabrication, procurement, construction, installation, pre-commissioning, commissioning activities as per the relevant codes and standards for fabrication of offshore systems & facilities including: • Fabrication / construction drawings. • Safety plan, WPS, PQR, QA, QC, erection sequence, testing procedures

etc. • Inspection & testing • Transportation, Installation and Construction, Pre- commissioning,

commissioning and start up procedures, maintenance schedules, commissioning spares / one year operational spares

• Offshore installation works including system integration tests, tie-in and integration with subsea facilities, hook up, testing, pre-commissioning, start-up, trial runs, and commissioning support.

v. Review and approval of plans and procedures for subsea wells re-entry, completion (Lower completion, upper completion), sand control (Gravel pack) design, production testing, SSTT operations, slick-line operation, well activation etc.

vi. Coordinate with EPIC and other contractors and Third Party Inspection & Certification (TPIC) agencies for HAZID & HAZOP workshops.

vii. Review/ certification of engineering milestones to facilitate payments. viii. Deploy personnel to different design centers (as per requirement) and

fabrication yards, manufacturing facilities for design review/ validation. ix. Interface management of all technical aspects for facilities & Well

completion contractors

Page 15: Details of EOI are as under

b. Post Engineering Stage activities: i). The Consultant shall continue to provide assistance through to project close

out. Such assistance shall be provided as required on call basis, for resolving design related issues during fabrication, installation and commissioning stages. The Consultant will be required to review as built engineering documentation and may also be required to provide inputs on change orders, if any, and other issues.

ii) Provision of onboard technical as well as interface management support during offshore phases of various contracts including supervision during execution including:

a. Providing one operation supervisor on rig (in on-off pattern) to enable round the clock supervision & technical support

b. Rig supervision for: i. Installation of sub-sea tree, including surface sea floor testing ii. Installing the intervention work over control system (IWOCS) iii. Running of completion string, landing string & surface flow head

etc. iv. Conducting the well completion, cleanup, testing and activation

operations v. Securing the well prior to rig transit

The broad scope of work, but not limited to, for the Project Management Consultancy services up to project closes out and shall include the following as a minimum.

a. Oversee developments of the Contractor's detailed critical path method schedule.

b. Identify the potential problems / setbacks which have impact on control of cost, quality and schedules.

c. Control, review & recommend the change orders. d. The Consultant shall monitor and be responsible for the interface

management. The scope of the Consultant shall also include identification of key interface issues and advise ONGC on the smooth interface management for the project through all stages.

e. In certain cases, it may not be possible to depute company representative, in such instances the IC shall also act as company representative.

f. Assistance during FAT/EFAT/SIT & other related activities. g. Technical support at offshore / onshore site during Installation of pipelines,

umbilicals, sub-sea equipment tie-ins, Topside equipment installation, pre-commissioning and commissioning.

h. Consultant shall depute one technical person on each of the installation / construction vessels for any advice on technical issues during installation. Company will be engaging Third Party Inspection & Certification (TPIC) agencies for inspection and certification activities. The broad scope of TPIC is inspection during fabrication and installation, certification of all equipment

Page 16: Details of EOI are as under

& facilities and certification of work measurement. TPIC representatives will also be continuously present on-board the installation vessels as required.

i. Approval of As-Built drawings and ensuring uploading the same on Company’s OPMAC repository for records and future reference.

j. Project Close out report.

Note for Phase III: All drawings, documents shall be reviewed and responded to within one weeks (or as required) of receipt of same by IC.

7.0 General

7.2.1 The Consultant shall adopt the following guiding principles during the Preparation of the bid packages & technical specifications and review of the detailed design & engineering of the EPIC and other contractors:

a. Highest industry standards in respect of HSE b. Flexibility in operation c. Maintenance and Operational requirements to be met d. Safe Area classification requirements to be met e. Minimizing CAPEX, whilst maintaining a safe and operable design f. Reducing OPEX through improved reliability of sub systems and associated

components. g. Reduce down time caused by subsea intervention to replace or repair of

failed equipment, which will cause loss of production and high cost of intervention vessels

h. Encourage competition through use of non-restrictive specifications and practices to generate adequate response to tenders for turnkey contracts

i. Incorporate reasonable redundancy in the system for providing back up for component or sub system failure.

j. Ensuring an appropriate balance between cost efficiency vs. safety and environmental concerns.

k. Simplicity and reliability l. Focus on technology using only the technology which is tried, tested and

proven m. Adherence to APl standards, codes, specifications, recommended

practices or other equivalent international standards/ codes/ recommended practices

n. Adherence to statutory requirements conforming to Indian Regulatory bodies like Ministry of Environment, Forests & Climate change (MoEF& CC), Director General of Mines Safety (DGMS), Chief controller of Explosives (CCE), Oil Industry Safety Directorate (OISD), National / state level pollution control authorities such as Central Pollution control Board (CPCB)/ Andhra state Pollution Control Board (APPCB) etc. or any other national/state authority/ local body as per requirement.

o. Rig friendly installation procedure for SPS and subsea wells re-entry, completion, well testing, activation etc.

Page 17: Details of EOI are as under

p. Back all primary procedures with contingency procedures

7.2.2 The IC’s Project Team would be required to visit ONGC’s offices located at Kakinada / Mumbai/ New Delhi or any other place in India (as per requirement) including Offshore on various occasions during Phase I, Phase II & Phase III. They may also be required to mobilize their team to EPIC contractor’s design centre (India/ abroad). They will be paid travel and subsistence charges for such visit as per terms specified elsewhere in bid document.

Indicative list of visit of IC’s project team would be required is given below in case of Phase I & Phase II:

Phase I

i. Finalising and signing of the contract agreement. ii. Attending Kick-Off Meeting (KOM) followed by site visit and discussions

regarding observations made during site visit and collection of data/information.

iii. Presentation of Pre-FEED report. iv. Presentation of Project Report (PR). Phase II

i. Site visits, discussions and collection of data/information. ii. Presentation on draft basic engineering documents. iii. Discussions on all Technical Bid Packages. iv. Attending Pre-Bid Meetings / discussions with the prospective bidders for all

the EPIC and other tenders. v. Technical bid evaluation of the bids for all the tenders.

8.0 Deliverables:

The IC shall submit following documents (hard and soft copies) to ONGC as listed below:

Sl. No.

Deliverable Schedule No. of hard copies

No. of soft copies (in

hard drive) 1 Pre-FEED Report for

entire project 6 weeks from NOA / 4 weeks from KOM whichever is earlier

1 2

2 Project Report for entire project

9 weeks from NOA 1 2

3 Technical Bid Packages for each package a) Draft b) Final

From start of Ph II: 8 weeks 11 weeks

a) 1 each b) 1 each

a) 2 each b) 2 each

Page 18: Details of EOI are as under

4 a) Initial Cost estimates (CAPEX & OPEX) b) Final cost estimates prior to TBO of LSTK tenders

as indicated

a) 1 b) 1 (in sealed envelope)

a) 2 b) 2 (inside

sealed envelope)

5 Clarifications/ amendments against queries of prospective bidders if any, consequent to pre bid meetings

As per progress of bidding

Nil 2 each

6 Technical bid evaluation and recommendations

As per progress of bidding

1 each

2 each

7 Overall project schedule

With Project Report

1 2

9.0 Consulting Strategy Timeline:

Tentative Timeline of Integrated consultant scope of work under various phases are given below. However, consultant to note that the timeline will depend upon actual progress of the project:

Activity 9 weeks 11 weeks To be decided Phase I Phase II Phase III*

Offshore facilities EPIC (SURF,SPS, SBM, Facilities at CPP)

Concept review and Feasibility study

Part A: Basic Engg, TBP, assistance till award

Part A: Engg review & Post Engg support till commissioning, PMC

Evacuation Option (Ex. Hiring of FSO)

Part B: Basic Engg, TBP, assistance till award

Part B: Engg review & Post Engg support till commissioning, PMC

Subsea wells re-entry and completion

Part C: Basic Engg, TBP, assistance till award

Part C: Engg review & Post Engg support till commissioning, PMC

[Refer paragraphs 3.0 to 7.0 above] Note*: Response time for review of documents in Phase III: one week

10.0 Inputs & Technical details from ONGC:

ONGC shall make available to the successful bidder (IC) the following:

Sl. No.

Description Annexed to the tender document

To be issued after award of Contract

1. FDP Report (Prepared in-house by ONGC)

Yes

Page 19: Details of EOI are as under

2. Latest field location map contour map

Yes

3. General weather conditions Yes 4. Existing well construction and

temporary abandonment details

Yes

5. Well fluid characteristics and product parameters

Yes

6. Soil Investigation and marine survey reports

Yes (During Phase I/II)

7. Details of the upcoming platform/ CPP facilities

Yes

8. Well Drilling Reports Yes

Page 20: Details of EOI are as under

Appendix A

A) Oil Production Profile: GS-29 and DWN-F1 (Cluster- I) (m3/d) Well/ Year GS-29-6 GS-29-7 GS-29-8 GS-29-10 DWN-F1 Total Oil

1 450 450 337 350 133 1720 2 600 600 450 350 200 2200 3 500 600 450 350 180 2080 4 350 350 362 291 150 1503 5 324 197 125 646 6 155 105 260 7 125 91 216 In-Place 4.11 4.44 3.36 4.14 2.6 18.65 MMm3 Rec.Vol 0.69 0.85 0.58 0.63 0.36 3.11 MMm3

B) Gas Production Profile: GS-29 and DWN-F1 (Cluster- I) (MMSCMD) Well/ Year GS-29-6 GS-29-7 GS-29-8 GS-29-10 DWN-F1 Total Gas 1 0.097 0.054 0.069 0.073 0.013 0.272 2 0.148 0.072 0.116 0.072 0.0203 0.3873 3 0.33 0.08 0.185 0.069 0.0184 0.6404 4 0.627 0.165 0.387 0.055 0.019 1.183 5 0.577 0.036 0.0202 0.5502 6 0.029 0.0195 0.0485 7 0.02 0.0204 0.0404 In-Place 0.89 0.53 0.47 0.87 0.29 2.68 BCM Rec.Vol 0.44 0.35 0.2 0.12 0.05 1.06 BCM

C) Gas & Condensate Production Profile: DWN-E1: Year Gas Production

(MMSCMD) Condensate (m3/d)

1 0.53 15.75 2 0.70 21.00 3 0.70 21.00 4 0.70 21.00 5 0.70 21.00 6 0.70 21.00 7 0.68 20.31 8 0.40 11.85 9 0.36 10.67 10 0.31 9.33 11 0.27 8.11 12 0.27 7.97 13 0.23 7.00

Page 21: Details of EOI are as under

Part B: Project-2: Tie in of 2 wells (G-1-9 Sub, G-1-15) to the existing G-1 Manifold

11 Project Details: Tie in of 2 wells (G-1-9 Sub, G-1-15) to the existing G-1 Manifold 12 Background:

12.1 G-1 PML Block is located in 28 kms off the Amalapuram (Andhra Pradesh) in the East Coast of India in water depth of 100-700 m. G-1 PML area covers 105 Sq. kms. Validity of the PML is up to 04.09.2023 respectively. The G-1 field was discovered in 1980 through the drilling of the Oil well G-1 # 1.

G-1 PML comprises of Oil and Gas field.

12.2 Anticipated production: Total Oil production from two wells G-1-9 Sub, G-1-15 is expected to be 0.125 MMm3 at a peak rate of 53 M3/day over a period of 7 years. Total gas production from the two wells is expected to be 1.986 BCM at a peak rate of 0.9 MMSCMD over a period of 7 years. The year wise envisaged production profile of both the wells is placed at Appendix B.

12.3 Major Facilities envisaged:

12.3.1 Major Facilities envisaged are as below: a) Re-entry and Completion of 2 subsea wells {G-1-9 Sub, G-1-15} b) Infield flow lines (flexible pipelines): 4.5 kms c) Infield umbilical :4.5 kms d) Umbilical termination head --EHDU to Trees (Cameron make): 2 units e) Subsea X-trees (New or Refurbished): 2 Nos., associated Control System,

Upgradation of Master Control Station (MCS) etc.

12.4 Proposed Layout: The proposed layout is shown below:

Page 22: Details of EOI are as under

The two wells namely G-1-9 Sub & G-1-15 at a distance of 2.9kms & 1.6kms from the existing G-1 Manifold. The G-1 Manifold (existing) is having provision for connecting 6 wells. At present 3 wells (i.e. G-1-10, G-1-11 & S2-AB) are connected to the G-1 Manifold. Two slots from the remaining three slots can be used for these wells. The existing two nos. of 10” Rigid pipelines shall be used for taking the production to the G1 Onshore Terminal at Odalarevu for further processing. The G1 Onshore terminal facilities are designed for processing 1500 SCMD of crude oil and 2.74 MMSCMD of natural gas. Current production is of the order of 0.61 MMSCMD of gas and 33 SCMD of crude oil. Thus, the production from the aforesaid two new wells of can be handled by the existing G1 facilities.

13.0 Project implementation: ONGC intends to execute the project through several individual contract packages broadly as under: a) Contract for Infield Subsea Umbilicals, Flow-lines, Jumpers etc. and installation,

Integration, Tie in and Commissioning. b) Well re-entry, completion (Lower completion, Upper completion), sand control,

Production testing, Subsea Test Tree (SSTT), slick-line operations, well activation etc. for production.

c) Procurement of new subsea-tree or Refurbishment of subsea trees (2 nos.) available with ONGC, Procurement of balance items of Subsea Production System (SPS) viz. Control System, connectors etc., up-gradation of Master Control Station (MCS) installed at Onshore Terminal on OEM/ OES basis, Installation, Integration with existing system and Commissioning.

14.0 Brief scope of work

The scope of work for the Integrated Consultant has been envisaged under two phases as detailed out below:

14.1 Phase I: Preparation of FEED, Technical Bid Package, Technical Clarifications,

Assistance in evaluation and Award

14.1.1 Part A: Preparation of Basic Engineering Package (FEED) and technical bid package for design and installation of subsea facilities (infield umbilical, infield flowlines, jumpers etc.), tie in of wells with the existing manifold/ facilities and commissioning including Cost estimates and assistance to ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids etc.) till award of EPIC contracts.

14.1.2 Part B: Preparation of technical bid package for hiring of services for subsea wells re-entry, completion (Lower completion, Upper completion), sand control, Production testing, Subsea Test Tree (SSTT), Slick-line operations, well activation etc. including Cost estimates and assistance to ONGC during tendering (provide

Page 23: Details of EOI are as under

technical clarifications during pre-bid meeting and technical evaluation of bids etc.) till award. For Subsea Production System related activities being planned to be carried out on OEM/ OES basis, scope of Integrated Consultant will be limited to interface and integration issues only.

14.2 Phase II : PMC services (till execution of the EPIC contract) 14.2.1 Part A: Review of design, detail engineering, and execution methodology of

installation of subsea facilities (infield umbilical, infield flowlines etc.), tie in with the existing manifold & commissioning etc. and post engineering support during offshore execution.

14.2.2 Part B: Review of design and engineering for well re-entry, completion (Lower completion, Upper completion), sand control, Production testing, slick-line operations, well activation etc. and post engineering support during offshore execution.

For Subsea Production System related activities, Integrated Consultant will also manage and monitor interfaces for seamless integration of newly installed equipment, system and facilities with that of existing equipment, system and facilities. In addition to above, IC will assist ONGC in evaluation and recommendation of Change Orders (if any) and other post contractual issues.

15.0 Project Schedule:

The favorable offshore working season for construction works on the East Coast of India is restricted to between January and April.

ONGC desires to complete / commission the Project by June 2024, or earlier if feasible. The Consultant shall accordingly prepare the FEED and bid package for the scope of work in para no.14.0 above.

16.0 Detail Scope of Work: 16.1 Introduction

The work under this tender to be performed by the integrated consultant (IC) is to be taken up in two phases as hereunder:

16.1.1 The scope of work in Phase-I starts with the preparation of FEED and Technical Bid

Packages for:

a. EPIC contract of subsea facilities (infield umbilical, flowlines, tie in with the existing manifold & commissioning etc.

Page 24: Details of EOI are as under

b. Hiring of services for Subsea well re-entry, completion (Upper completion, Lower Completion), sand control, Production testing, Slick-line operations, well activation etc.

Phase-I scope shall entail preparation of the complete technical bid packages (TBPs) for tendering which shall include scope of work, technical requirements and specifications. The IC is also required to suggest special criteria, if any, regarding the required experience of EPIC and other Contractors to be incorporated in the respective tenders. IC shall clearly bring out interfaces and integration of new equipment, system and facilities (planned to be procured under the project) with already installed equipment and system viz. Electro-Hydraulic Distribution Unit (EHDU), main Umbilical, Master Control Stations (MCS) etc. as well as subsea x-mas trees (new or refurbished on OEM/ OES basis). IC to also suggest possible solutions to interface issues arising out of this.

ONGC expects the submission of TBPs within eight weeks from the start of Phase I consultancy. ONGC shall revert within two weeks from receipt of the each TBP with its comments, and the corresponding final TBP incorporating ONGC comments will be expected from the IC within one weeks thereafter.

The IC shall assist ONGC during pre-bid / clarification discussions with bidders and shall also assist ONGC in the technical evaluation of bids and preparation of the Technical Evaluation Report (TER).

16.1.2 The scope of the IC shall also include identification of key interface issues (including those with well completion; SPS and EPIC scopes) and advise ONGC on the smooth interface management for the project through all stages.

16.1.3 ONGC reserves the right to terminate the services of the Integrated Consultant after completion of Phase I at its discretion, without assigning any reason.

16.1.4 Scope of work for Phase II includes review and approval of contractor’s detailed engineering, vendor engineering / procurement and Project Management support including change orders (if any) during the design & execution phase of the project for the complete scope as indicated above.

16.2 Phase-I (Fixed price basis): Basic Engineering Package (FEED) & Technical Bid Packages Preparation for infield flowlines, Umbilicals, Well Completion etc. and assistance to ONGC during tendering and evaluation of bids till finalization of the tenders and award of respective contracts. The scope of work under Phase - I shall cover the following aspects as a minimum:

a. Preparation of Technical bid package and association/ assist ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids after technical bid opening, etc.) for subsea facilities (infield umbilical, flowlines etc. on LSTK contract basis till finalization of tender and award of contract.

Page 25: Details of EOI are as under

b. Preparation of Technical bid package and association/ assist ONGC during tendering (provide technical clarifications during pre-bid meeting and technical evaluation of bids after technical bid opening, etc.) for well re-entry, completion (Lower completion, upper completion), sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc.

Further to the general introduction above, the Phase I FEED (fixed price basis) shall include:

16.2.1 Basic Engineering: 16.2.1.1 Basic Engineering to the extent required for providing design criteria and

specifications of complete subsea facilities (infield umbilical, flowlines etc. including well re-entry, completion (Lower completion, upper completion), sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc. so as to incorporate in bid package including technical specifications for all the services required for the same. This should also include the interfaces and integration of new equipment & facilities being planned with that of existing equipment, system and facilities of G-1 project. Measures to prevent wax/scale deposits, severe slugging, hydrate formation, etc. The IC shall provide a schedule in integrated testing of the systems and recommend how these should be conducted in relation to Factory or Submarine testing.

16.2.1.2 The Consultant shall carry out engineering required to sufficient detail appropriate to each area including well re-entry, completion, sand control, production testing, well activation etc. for preparation of technical bid packages. The engineering should include preparation of scope of work, design criteria, drawings, specifications, standards, inspection and testing etc. for various engineering disciplines including but not limited to the following:

Environmental Piping (including painting, insulation, coating, cathodic protection etc.). Interface with well completion, subsea completion Subsea facilities manifold and hook up. Fire and safety

16.2.1.3 The Consultant shall prepare the draft documents after carrying out necessary

basic engineering and submit to ONGC followed by a presentation to ONGC covering key issues. ONGC's comments if any on the draft documents shall be clarified by consultant and incorporated in the final documents as necessary and submit to ONGC.

Page 26: Details of EOI are as under

16.2.2 Technical Bid Packages 16.2.2.1 The Consultant shall prepare technical bid packages (TBP) for the works (as

indicated above) proposed for execution. The TBP shall be complete in all respects and shall include but not be limited to the following:

(a) The scope of bid documents to be prepared by the Consultant should include

design, engineering, project specifications for critical and major items, standard specifications, fabrication, transportation, installation, hook-up, testing, pre-commissioning and commissioning (as applicable): All subsea facilities (infield umbilical, flowlines etc.) considering interface

and integration with existing equipment, system and facilities Subsea wells re-entry, completion (Lower completion, upper completion),

sand control, Production testing, Slick-line operations, Subsea Test Tree (SSTT), Well activation etc.

(b) Preparation of complete bid documents (for the respective contracts as detailed above) including attachments, covering project description, scope of work, design basis, specifications, quality assurance, quality control, project management reviews & reporting, documentation, statutory requirements, vendor list, project milestones, outlining documents required for information and approval categories.

(c) The IC shall identify possible interface issues among various packages and contracts and incorporate suitable interface management procedures in all bid documents. The IC shall monitor and be responsible for the interface management.

(d) Each of the TBPs will be made up of three section as under: Section-I: Project description and scope of work. Section-II: Design basis broadly covering the various activities. Section –III: Project Specifications and standard specifications.

The indicative list is given hereunder in sections II & III is in respect of above TBPs (as applicable):

Section-II: Design basis broadly covering the various activities. Inlet flow quantity and process fluid characteristics, composition etc. Umbilicals and controls. Subsea systems and equipments along with all services. a. Well design including flow assurance on the basis of predicted reservoir

pressure and potential of the well. b. Well Completion, Production Testing, SSTT Operations, Slick-line

operations, Well Activation etc. Section –III: Project specifications and standard specifications.

Data sheet for pipelines & umbilicals. Standard specifications to cover all equipments and works, viz. subsea

equipment etc. All these standard specifications shall broadly cover

Page 27: Details of EOI are as under

objective, scope, material of construction, procedure of fabrication/construction & assembly, inspection, testing and quality assurance, QA/ QC during fabrication, transportation, installation, testing, commissioning and documentation.

16.2.3 The draft bid package shall be submitted to ONGC for review. ONGC’s

comments, if any shall be clarified and appropriately incorporated in the final bid documents by the IC.

16.2.4 Other Assistance Required

a) Clarifications to queries raised by prospective bidders on the bid document prepared by the IC including participation in Pre-bid conference(s) to be held at ONGC, EOA Kakinada and issue of addendum/amendment to bid documents, if required

b) Technical bid evaluation and recommendation for award of the contracts. c) Overall project schedule with major milestones and particular emphasis on

interface issues. d) Preparation and submission of detailed cost estimates (accuracy of +/-

10%) to ONGC for the scope of work as per the bid documents prepared by the IC including clarifications/addendums issued, if any. (To be submitted prior to opening of bids for different contracts)

e) Optimum utilization of existing facilities and equipment of G-1 project shall also be taken into consideration while working out the net requirement for the project.

16.3 Phase II: Review of Design and Engineering of EPIC and Other Contractors (On

reimbursable basis)

16.3.1 During Review of Detailed Engineering, the scope of the Consultant shall be as under:

a. Review and approval of detailed engineering documents b. Review and approval of QA - QC / HSE plans. c. Review and approval of procurement activities including vendor selection,

document review (Material requisitions, Procurement Requisitions) etc., scheduling of inspection/ testing etc. through third party inspection agencies (to be appointed by Company separately through other Contract).

d. Dealing with/ resolving interface issues between designer, EPIC and other Contractors/ equipment vendors/ TPIC etc.

e. Review and Approval of testing, construction and commissioning procedures and plans

16.3.2 Accordingly, Phase - II shall cover the following also as a minimum, besides those

listed above:

Page 28: Details of EOI are as under

a. Post-award activities:

i. Participation in Project Kick-off and other management/engineering & site review meetings with the Package suppliers and EPIC and other contractors. Participation (with or on behalf of ONGC) in similar meetings with major vendors/service providers as required/requested.

ii. Project management, Project Monitoring and Progress Reporting. Preparation of project completion schedule and its updating (if required) along with updating of status on Company’s OPMAC & EPMC website.

iii. Association for Pre-engineering survey(s) that may be conducted by the EPIC contractors.

iv. Review and approval of engineering and plans and procedures for fabrication, procurement, construction, installation, pre-commissioning, commissioning activities as per the relevant codes and standards for fabrication of offshore systems & facilities including: Fabrication / construction drawings. Safety plan, WPS, PQR, QA, QC, erection sequence, testing

procedures etc. Inspection & testing Transportation, Installation and Construction, Pre- commissioning,

commissioning and start up procedures, maintenance schedules, commissioning spares / one year operational spares

Offshore installation works including system integration tests, tie-in and integration with subsea facilities, hook up, testing, pre-commissioning, start-up, trial runs, and commissioning support.

Interfacing and integration of new equipment, system and facilities with existing facilities and systems of G-1 project.

v. Review and approval of plans and procedures for subsea wells re-entry, completion (Lower completion, upper completion), sand control (Gravel pack) design, production testing, SSTT operations, slick-line operation, well activation etc.

vi. Coordinate with EPIC and other contractors and Third Party Inspection & Certification (TPIC) agencies for HAZID & HAZOP workshops.

vii. Review/ certification of engineering milestones to facilitate payments. viii. Deploy personnel to different design centers (as per requirement) and

fabrication yards, manufacturing facilities for design review/ validation. ix. Interface management of all technical aspects for facilities & Well

completion contractors

b. Post Engineering Stage activities: i). The Consultant shall continue to provide assistance through to project

close out. Such assistance shall be provided as required on call basis, for resolving design as well as interface/ integration related issues during fabrication, installation and commissioning stages. The Consultant will be

Page 29: Details of EOI are as under

required to review as built engineering documentation and may also be required to provide inputs on change orders, if any, and other issues.

ii). Provision of onboard technical as well as interface management support during offshore phases of various contracts including supervision during execution including: Providing one operation supervisor on rig (in on-off pattern) to

enable round the clock supervision & technical support Rig supervision for: Installation of sub-sea tree, including surface sea floor testing Installing the intervention work over control system (IWOCS) Running of completion string, landing string & surface flow head

etc. Conducting the well completion, cleanup, testing and

activation operations Securing the well prior to rig transit

The broad scope of work, but not limited to, for the Project Management Consultancy services up to project closes out and shall include the following as a minimum.

Oversee developments of the Contractor's detailed critical path method schedule.

Identify the potential problems / setbacks which have impact on control of cost, quality and schedules.

Control, review & recommend the change orders. The Consultant shall monitor and be responsible for the interface

management. The scope of the Consultant shall also include identification of key interface issues and advise ONGC on the smooth interface management for the project through all stages.

The Consultant shall also monitor and ensure that new equipment, system and facilities under the Project has been optimally and successfully interfaced and integrated with existing equipment, system and facilities.

In certain cases, it may not be possible to depute company representative, in such instances the IC shall also act as company representative.

Assistance during FAT/EFAT/SIT & other related activities. Technical support at offshore / onshore site during Installation of pipelines,

umbilicals, sub-sea equipment tie-ins, pre-commissioning and commissioning. Consultant shall depute one technical person on each of the installation /

construction vessels for any advice on technical issues during installation. Company will be engaging Third Party Inspection & Certification (TPIC) agencies for inspection and certification activities. The broad scope of TPIC is inspection during fabrication and installation, certification of all equipment & facilities and certification of work measurement. TPIC representatives will also be continuously present on-board the installation vessels as required.

Page 30: Details of EOI are as under

Approval of As-Built drawings and ensuring uploading the same on Company’s OPMAC repository for records and future reference.

Project Close out report.

Note for Phase II: All drawings, documents shall be reviewed and responded to within one weeks (or as required) of receipt of same by IC.

17.0 General

17.1 The Consultant shall adopt the following guiding principles during the Preparation of the bid packages & technical specifications and review of the detailed design & engineering of the EPIC and other contractors:

a. Highest industry standards in respect of HSE b. Flexibility in operation c. Maintenance and Operational requirements to be met d. Safe Area classification requirements to be met e. Minimizing CAPEX, whilst maintaining a safe and operable design f. Reducing OPEX through improved reliability of sub systems and associated

components. g. Reduce down time caused by subsea intervention to replace or repair of

failed equipment, which will cause loss of production and high cost of intervention vessels

h. Encourage competition through use of non-restrictive specifications and practices to generate adequate response to tenders for turnkey contracts

i. Incorporate reasonable redundancy in the system for providing back up for component or sub system failure.

j. Ensuring an appropriate balance between cost efficiency vs. safety and environmental concerns.

k. Simplicity and reliability l. Focus on technology using only the technology which is tried, tested and

proven m. Adherence to APl standards, codes, specifications, recommended

practices or other equivalent international standards/ codes/ recommended practices

n. Adherence to statutory requirements conforming to Indian Regulatory bodies like Ministry of Environment, Forests & Climate change (MoEF&CC), Director General of Mines Safety (DGMS), Chief controller of Explosives (CCE), Oil Industry Safety Directorate (OISD), National / state level pollution control authorities such as Central Pollution control Board (CPCB)/ Andhra state Pollution Control Board (APPCB) etc. or any other national/state authority/ local body as per requirement.

o. Rig friendly installation procedure for SPS and subsea wells re-entry, completion, well testing, activation etc.

p. Back all primary procedures with contingency procedures

Page 31: Details of EOI are as under

17.1.2 The IC’s Project Team would be required to visit ONGC’s offices located at Kakinada / Mumbai/ New Delhi or any other place in India (as per requirement) including Offshore on various occasions during Phase I & Phase II. They may also be required to mobilize their team to EPIC contractor’s design centre (India/ abroad). They will be paid travel and subsistence charges for such visit as per terms specified elsewhere in bid document.

Indicative list of visit of IC’s project team would be required is given below in case of Phase I:

Phase I

Site visits, discussions and collection of data/information. Presentation on draft basic engineering documents. Discussions on all Technical Bid Packages. Attending Pre-Bid Meetings / discussions with the prospective bidders for all

the EPIC and other tenders. Technical bid evaluation of the bids for all the tenders.

18.0 Deliverables:

The IC shall submit following documents (hard and soft copies) to ONGC as listed below:

Sl. No.

Deliverable Schedule No. of hard copies

No. of soft copies (in hard

drive) 1 Technical Bid

Packages for each package a) Draft b) Final

From start of Ph I: 8 weeks 11 weeks

a) 1 each b) 1 each

a) 2 each b) 2 each

2 a) Initial Cost estimates (CAPEX & OPEX) b) Final cost estimates prior to TBO of tenders

as indicated

a) 1 b) 1 (in sealed envelope)

a) 2 c) 2 (inside

sealed envelope)

3 Clarifications/ amendments against queries of prospective bidders if any, consequent to pre bid meetings

As per progress of bidding

Nil 2 each

4 Technical bid evaluation and recommendations

As per progress of bidding

1 each

2 each

Page 32: Details of EOI are as under

5 Overall project schedule

With Project Report

1 2

19.0 Consulting Strategy Timeline:

Tentative Timeline of Integrated consultant scope of work under various phases are given below. However, consultant to note that the timeline will depend upon actual progress of the project:

Activity 11 weeks To be decided Phase I Phase II*

Offshore facilities EPIC

Part A: Basic Engg, TBP, assistance till award

Part A: Engg review & Post engg support till commissioning, PMC

Subsea wells re-entry and completion

Part B: Basic Engg, TBP, assistance till award

Part B: Engg review & Post engg support till commissioning, PMC

Note*: Response time for review of documents in Phase III: one week

20.0 Inputs & Technical details from ONGC:

ONGC shall make available to the successful bidder (IC) the following:

Sl. No.

Description Annexed to the tender document

To be issued after award of Contract

1. FDP Report (Prepared in-house by ONGC)

Yes

2. Latest field location map contour map

Yes

3. General weather conditions Yes 4. Existing well construction and

temporary abandonment details

Yes

5. Well fluid characteristics and product parameters

Yes

6. Soil Investigation and marine survey reports

Yes (During Phase I)

7. Details of existing equipment, Systems and facilities of G-1 project related to Interfacing and Integration of New equipment, system and facilities planned under the project

Yes (IC to indicate

the requirement)

Page 33: Details of EOI are as under

Appendix B

Oil and Gas Production profiles (G-1-9 Sub, G-1-15 wells)

Well G-1 # 9-Sub

G-1 # 15 Total Oil/ Condensate

G-1 # 9-Sub

G-1 # 15 Total Gas

Year Oil/Condensate - m3/d Gas - MMm3/d

1 23 30 53 0.45 0.45 0.9 2 23 30 53 0.45 0.45 0.9 3 22 29 51 0.43 0.43 0.43 4 21 28 49 0.41 0.41 0.82 5 19 26 45 0.37 0.37 0.74 6 17 23 40 0.33 0.33 0.66 7 14 20 34 0.28 0.28 0.56

Cumulative 0.059 0.066 0.125 Mm3 0.993 0.993 1.986 BCM

Page 34: Details of EOI are as under

Annexure-II

Indigenous-PQC Pre-Qualification criteria for Hiring of Consultancy Services Integrated development of

cluster-1 (well#E1, F1), GS-29 block, development of 2 wells of G1/Vashistha PML blocks

Table 1 1.0 Experience of the Bidder in the last 15 years from the date of submission of PQC documents. (the

start & completion of the contract should be within 15 years period from the date of submission of PQC documents)

a Bidder by himself (and not through other arrangement like technical collaboration, sub-contract etc.) should have experience of following activities for a project consisting of minimum 02 nos. completed subsea wells in water depth of 300mtrs or more with subsea X-mas trees, Pipelines and Umbilicals hooked up to a gas/oil processing facility (Offshore/ Onshore):

i. FEED/Preparation of Technical Bid Package for Subsea Pipelines and Umbilicals

ii. Review of Detailed Engineering for Subsea Pipelines and Umbilicals

For meeting the minimum criteria, either the above activities can be through single contract or two contracts, each having one of the above activities.

b Bidder by himself (and not through other arrangement like technical collaboration, sub-contract etc.) should have experience of following activities for a project consisting of minimum 02 nos. completed subsea wells in water depth of 300mtrs or more with Subsea Production Systems (subsea X-Mas trees, well heads, Associated Control Systems) hooked up to gas/oil processing facility (Offshore/ Onshore):

i. FEED/ Preparation of Technical Bid Package for Subsea Production Systems

ii. Review of Detailed Engineering for Subsea Production Systems

For meeting the minimum criteria, either the above activities can be through single contract or two contracts, each having one of the above activities

c Bidder by himself (and not through other arrangement like technical collaboration, sub-contract etc.) should have experience in following activities for a project consisting of minimum 01 no. completed offshore process platform .

i. FEED/Preparation of Technical Bid Package for process platform

ii. Review of Detailed Engineering for process platform

For meeting the minimum criteria, either the above activities can be through single contract or two contracts, each having one of the above activities.

d Bidder by himself (and not through other arrangement like technical collaboration, sub-contract etc.) should have experience of providing Project Management Consultancy Services for the following:

i. Project consisting of minimum 02 nos. completed subsea wells in water depth of 300mtrs or more with subsea X-mas trees involving installation of Pipelines and Umbilicals hooked up to a gas/ oil processing facility (Offshore/ Onshore) covered in the same project.

ii. Project consisting of minimum 02 nos. completed subsea wells in water depth of 300mtrs or more with Subsea Production Systems (Subsea X-Mas trees, well heads, Associated Control Systems) hooked up to a gas/oil processing facility (Offshore/ Onshore) covered in the same project.

iii. Project consisting of minimum 01 no. completed offshore process platform.

For meeting the minimum criteria, the above experience can be either through one conract or more than one contracts, each having one of the above Project experience.

Page 35: Details of EOI are as under

Note: 1) Bidder can either be a single entity which includes Incorporated Indian Joint Venture or a Consortium of companies

2)The experience of the bidder shall be reckoned with reference to the date of submission of Pre Qualification Documents.

3) Experience at (a), (b), (c) and (d) can be demonstrated through same contract/ project or through separate contracts/projects so as to meet the total experience requirement (a to d).

To this effect, Bidder should submit copies of respective contracts, alongwith documentary evidence in respect of satisfactory execution of each of those contracts/ satisfactory completion of relevant services, in the form of copies of any of the documents (indicating respective contract number and type of services), such as - (i) Satisfactory completion / performance report (OR) (ii) proof of release of Performance Security after completion of the contract (OR) (iii) proof of settlement / release of final payment against the contract (OR) (iv) any other documentary evidence that can substantiate the satisfactory execution of each of the contracts cited above.

2.0 The Key Personnel proposed for the following roles must have minimum 07 years of Experience in Offshore Oil & Gas Projects & 03 years of inline experience for respective roles in Offshore Oil & Gas Projects. The Key Personnel proposed must be on the rolls of the company at the time of Bid submission:

(i) Project Manager/Project Director

(ii) Planning Manager

(iii) Interface Manager

(iv) Head Technical Services/Design Manager

(v) Risk & Control Manager

Bidders must submit undertaking towards depoyment of Key personnel with above requisite quaification & experience at this stage duly signed by authorised representative not below Director level of the bidder.

Note: Experience of key personnel will be considered only for completed years. For e.g., experience of 10 years and 11 months will be considered as 10 years only for evaluation purpose.

3.0 Prospective Bidders will be Pre-qualified for issuance of tender based on above criteria.

Further explanation to documentation requirement as per provisions under Note of clause no 1.0:

To demonstrate experience against criteria specified at 1.0 a) to d) above, prospective bidder shall submit the following documents:

a. Scope of work of contract

b. Contract duration / period including start and end dates

c. Name of contracting parties and address

d. Successful completion / execution of contract through supporting documents as per note under Note of clause no. 1.0 above.

For a, b, c above, prospective bidders to submit documentary evidence in the form of any one of the following:

I. Copies of respective Contracts (relevant pages of Contract including Scope of work, Contract duration/period, contracting parties, etc.).

Towards documents submitted for a, b, c and d above, vendor must ensure ease in traceability

Page 36: Details of EOI are as under

to establish that all documents belong to the same project/contract. To demonstrate experience against criteria at 1.0 a) to d) above, bidders must submit 02 nos. references (names, designation, role in project / client organization, contact numbers and e-mail ID) from client organization who could be contacted by ONGC to establish veracity of the submissions made.

Vendors shall provide details as per Table-2; Annexure-A of PQC, along with supporting documents only for the projects/contracts which have been successfully completed before the cut-off date & time for submission of PQC documents, as specified in the notification.

4.0 In case of prospective Consortium bid, leader and members of consortium should themselves meet the experience criteria covering the respective activities of work to be performed by them on their own and not through any other arrangement like through Supporting Company, Parent / Subsidiary / Sister Subsidiary / Co-Subsidiary / Technical Collaboration / Sub-contracting. Necessary documentary evidence to this effect should be submitted with pre-qualification documents.

The members of consortium shall decide the Leader of consortium. The leader of consortium shall have minimum 26% stake in terms of bid value, as reflected in the MOU executed by the consortium members. Each member of consortium shall remain jointly and severally liable to ONGC.

For this purpose the role and scope of work to be performed by the respective consortium members expressed as a percentage of bid value should be indicated in the Memorandum of Understanding (MOU) to be submitted along with pre-qualification documents as per format provided.

4.1 Notwithstanding the provisions that the members of consortium shall be jointly and severally liable to ONGC, The leader of the consortium should confirm unconditional acceptance of primary responsibility of executing the ‘Scope of work’ of this proposed tender. This confirmation should be submitted along with the pre-qualification documents.

4.2 A constituent of the Consortium shall not be permitted to participate either in an individual capacity as a prospective bidder or as a member of another Consortium in the same tender.

4.3 The Leader of the Consortium can submit the proposed PQC documents on behalf of the Consortium. Memorandum of Understanding (MoU) (as per format enclosed at Annexure B) between the Consortium members duly signed by the authority (ies) as per the note in the MOU format, must accompany the pre-qualification documents.

The MoU should clearly define the role / scope of work to be performed by each constituent and should clearly define the leader of the Consortium. All the members of the Consortium must resolve and affirm in the MoU that each party shall be jointly and severally liable to ONGC for any and all obligations and responsibility arising out of the Contract and for discharging all obligations under the Contract. MoU signed between the members of the Consortium shall form part of the contract. In case of award of contract, the MoU shall be kept valid through the entire contract period, including extensions, if any. After award of contract, no alterations / modifications would be permitted in the MoU.

4.4 Only that consortium member who has undertaken a particular activity in execution of a contract shall be considered as having technical experience of that particular activity.

5.0 In case the prospective bidder is an Incorporated Indian Joint Venture Company, registered in India and incorporated under the Companies Act 1956 of India and any amendments there under, then the technical experience criteria laid down in the Pre-Qualification Criteria (PQC) should be met as under:

(i) The Joint Venture Company by itself should meet the experience criteria

or

(ii) The Joint Venture Partner (who can be either a Indian or a foreign company) having a stake of at

Page 37: Details of EOI are as under

least 26% in the Joint Venture Company should meet the technical experience criteria stipulated in the PQC on its own and cannot rely on any other arrangement such as Consortium or Supporting Company of the JV Partner for meeting the technical experience criteria. Documentary evidence in support of the above should be submitted along with the pre-qualification documents.

(iii) In case of (ii) above, an undertaking from the Joint Venture partner, based on whose experience the JV seek qualification, shall be submitted with the pre-qualification documents stating they shall maintain minimum 26% shareholding in the JV till the execution of the contract.

6.0 Bidders, who have successfully executed development order for present services placed by ONGC/OIL pursuant to issuance of certificate in this regard shall be considered as proven source for the providing these services and in that case documents for satisfying PQC clause -1.0 are not required to be submitted. However, such bidders shall submit the certificate towards satisfactory execution of development order pursuant to successful field trial testing along with the PQC.

For Development Order issued by ONGC after 02.12.2020, such certificate should have been issued by Head INDEG only.

7.0 Start-ups, even after successful execution of development order, shall be required to meet experience requirement as stipulated in tender in full and no relaxation from ‘Prior experience Criteria’ will be provided.

8.0 Details of experience and past performance of the bidder and incorporated joint venture partner (in case of a joint venture), on works/ jobs done of similar nature in the past and details of current work in hand and other contractual commitments, indicating areas and clients are to be submitted along with the pre-qualification documents, in support of the experience laid down at para 1.0, 4.0 & 5.0 above.

9.0 Indian companies/ Joint Venture companies (Incorporated JV):- Indian prospective bidders whose proposal for Joint Venture involves foreign equity participation or payment of royalty and / or lump sum for technical know-how and wherever Govt. approval is necessary, are required to submit copy of Govt. approval, on their application submitted to SIA, prior to the date price bid opening of the proposed tender.

10.0 In view of the complexity of nature of work involved as covered by the pre-qualification criteria and brief scope of work of the proposed tender, it is anticipated that some of the intending bidders may pool their resources and experiences to form Consortia/Joint Ventures. In their own interest, before forming a Consortium, the prospective bidders/ individual constituents of the Consortium are advised to investigate the capabilities, availability of expertise and resources such as experienced personnel, financial soundness, past experience and concurrent engagements of constituting partners/members of the consortium/joint venture.

10.1 In the event that the successful bidders is a joint venture formed of two or more companies, the Company requires that the parties to the joint venture accept joint and several liability for discharging all obligations under the Contract.

10.2 The PQC documents shall be digitally signed by the Leader of the Consortium. The Power of Attorney from each member authorizing the Leader for signing and submission of PQC documents on behalf of individual member must accompany the pre-qualification documents. Other members of the Consortium may participate in techno-contractual discussions and also sign the minutes of such discussions / meetings along with the Leader of the Consortium. However, Integrity Pact should be signed by all the constituents of the Consortium.

10.3 Leader of the Consortium on behalf of the Consortium shall co-ordinate with ONGC during the period the pre-qualification document is under evaluation and also during execution of the contract, if the same is awarded. ONGC shall correspond / communicate only with the leader of a Consortium and like-wise, the leader of the Consortium only should communicate with ONGC on behalf of the Consortium. No cognizance shall be given to communication received directly from other consortium

Page 38: Details of EOI are as under

members. The Leader of the Consortium shall also be responsible for resolving dispute / misunderstanding / undefined activities, if any, amongst all the constituents of the Consortium.

10.4 Any correspondence exchanged between ONGC and the Leader of Consortium shall be binding on all the constituents of the Consortium. The Leader of the Consortium should confirm unconditional acceptance of primary responsibility of executing the ‘Scope of Work’ of the tender. This confirmation should be submitted along with the techno-commercial bid pre-qualification documents.

10.5 Tender document, if issued, shall be in the name of the Consortium clearly specifying the names of all the constituents and also mentioning that the Consortium is led by which constituent. Accordingly, EMD/Bid Bond and SD/PBG shall be submitted in the name of the Consortium clearly specifying the names of all the constituents along with that of the leader.

10.6 In the event of award of contract to the Consortium, the contract shall be signed by each constituent of the Consortium. Alternatively, the Leader of the Consortium may sign the contract subject to submission of a Power of Attorney (duly notarized) from each constituent authorizing the Leader of the Consortium to sign the contract on behalf of the individual member of the Consortium. Irrespective of whether the Contract is signed by all the constituents of the Consortium or by the Leader of the Consortium, all the constituents of the Consortium shall be jointly and severally responsible for satisfactory execution of the contract.

10.7 Payment for work done under the contract shall be made by ONGC only to the Leader of the Consortium. However, in case payment is to be made directly to each constituent corresponding to their part of the scope of work, the same shall be clearly indicated in the bid along with the constituent-wise details of the price break-up.

10.8 No alteration or modification in the constituents or composition of a Consortium shall be permitted after submission of pre-qualification documents and also after award of the Contract during currency of the contract. A constituent of the Consortium shall be allowed to undertake and carry out only that activity for which that constituent has been evaluated and qualified technically.

10.9 Documents/details pertaining to qualification of bidder as per proforma of document attached with the pre-qualification documents must be furnished by each partner/member of consortium/joint venture complete in all respects along with the pre-qualification documents clearly bringing up their experience especially in the form of work in their scope

10.10 In case of award to the consortium, only the leader of the Consortium shall submit the PBG for the entire requisite amount of the PBG on behalf of the Consortium.

Note for 4 & 10 above: Demonstration of experience against a particular criteria at Cause 1.0 of PQC through pooling of experience amongst consortium members is not allowed. For example, Individual Consortium member/s would be required to qualify against particular criteria in PQC i.e. 1(a), 1(b), 1(c) of the proposed clause solely on their own & not through pooling of experience amongst other Consortium members, nor they are allowed to draw experience support of their supporting company (ies).

11 Only the companies incorporated in India which maintain minimum 20% local content for the offered services are eligible to participate. With regard to calculation of local content and submission of documents during bidding & execution of contract, provision of purchase preference policy (linked with local content) shall be applicable. If such local content is not maintained during execution of contract, ONGC reserves the right to invoke the PBG submitted by the bidding and supporting companies.

In case of bid from consortium of companies, leader of Consortium must be a company incorporate in India and Consortium shall maintain minimum 20% local content.

12 Eligibility criteria in case bid is submitted on the basis of technical experience of another company (supporting company) which holds more than fifty percent of the paid up share capital of the bidder

Page 39: Details of EOI are as under

company either directly or through intermediate subsidiaries or vice versa. Offers of those bidders (not under consortium arrangement) who themselves do not meet the technical experience criteria as stipulated in the PQC and are quoting based on the experience of another company (supporting company) can also be considered. In such case the supporting company should hold more than fifty percent of the paid up share capital of the bidding company either directly or through intermediate subsidiaries or vice versa. However, the supporting company should on its own meet the technical experience as stipulated in the BEC and should not rely on any other company or through any other arrangement like Technical collaboration agreement. In that case as the bidding company is dependent upon the technical experience of another company with a view to ensure commitment and involvement of the companies involved for successful execution of the contract, the participating bidder should enclose the following Agreements / Guarantees/Undertakings along with the techno-commercial bid:

(i) An Agreement (as per format enclosed at Appendix A-1) between the bidder and the supporting company.

(ii) Guarantee (as per format enclosed at Appendix A-2) by the supporting company to ONGC for fulfilling the obligation under the Agreement.

(iii) Undertaking by Supporting Company to provide a Performance Bank Guarantee (as

per format and instructions enclosed at Appendix A-3), equivalent to 50% of the value of the PBG which is to be submitted by the bidding company, in case the supported bidding company is the successful bidder.

In cases where foreign based supporting company does not have Permanent Establishment in India, the bidding company can furnish performance Bank Guarantee for an amount which is sum of PBG amount to be submitted by the bidder and additional PBG amount required to be submitted by the supporting company subject to the condition that supporting company have 100% paid up equity share capital of the bidder either directly or through intermediate subsidiaries Or vice versa. In such case bidding company shall furnish an undertaking that their foreign based supporting company is not having any Permanent Establishment in India in terms of Income Tax Act of India.

(iv) Undertaking from the supporting company to the effect that in addition to invoking the PBG submitted by the contractor, the PBG provided by supporting company shall be invoked by ONGC due to non-performance of the contractor. Note: In case Supporting company fails to submit Bank Guarantee as per (iii) above,

EMD/SD submitted by the bidder shall be forfeited.

13 Eligibility criteria in case bid is submitted on the basis of technical experience of such companies that are controlled by a ‘ultimate controlling company’:

(For the purpose of this clause ‘ultimate controlling company’ is the one that holds more than fifty percent of the paid up share capital of each of the companies viz. the bidding company, all the supporting companies, intermediate company and ‘any other company’ mentioned in the clause.) Offers of those bidders (not under consortium arrangement) who themselves do not meet the technical experience criteria stipulated in the PQC can also be considered based on the experience of the company within the ‘ultimate controlling company’ subject to meeting of the following conditions;

i. Provided that the supporting company and the bidding company are both controlled by an ultimate

controlling company either directly or through its intermediate company or through ‘any other company’ within the ultimate controlling company.

Page 40: Details of EOI are as under

ii. Provided that the supporting company on its own and not through any other arrangement like

Technical collaboration agreement meets the technical experience criteria stipulated in the PQC.

iii. Provided that with a view to ensure commitment and involvement of the ultimate controlling

company for successful execution of the contract, the bidding company shall enclose an agreement (as per format enclosed at Appendix A-4) between them, their ultimate controlling company and the supporting company.

iv. Undertaking by Supporting Company or Ultimate Controlling Company that in case of award, an additional PBG (as per format and instructions enclosed at Appendix A-3), equivalent to 50% of the value of the PBG by the bidding company, shall be submitted either by Supporting Company which supports the bidding company or the Ultimate Controlling Company, in case the supported bidding company is the successful bidder.

In cases where foreign based supporting company or the Ultimate Controlling Company do not have Permanent Establishment in India, the bidding company can furnish performance Bank Guarantee for an amount which is sum of PBG amount to be submitted by the bidder and additional PBG amount required to be submitted by the supporting company or the Ultimate Controlling Company subject to the condition that supporting company or the ultimate controlling company , as the case may be, has 100% paid up equity share capital of the bidder either directly or through intermediate subsidiaries Or vice versa. In such case bidding company shall furnish an undertaking that their foreign based supporting company or the Ultimate Controlling Company are not having any Permanent Establishment in India in terms of Income Tax Act of India.

v. In case of contracts involving multifarious activities such as - (a) manufacturing /supply (b)

installation and commissioning (c) servicing and maintenance of any equipment, then in that case, the bidding company can draw on the experience of multiple supporting company(ies) specializing in each sphere of activity, i.e. (a) manufacturing/supply (b) installation and commissioning (c) servicing and maintenance. However, all the supporting companies and the bidding company should be controlled by a ultimate controlling company, either directly or through its intermediate company or through ‘any other company’ within the ultimate controlling company.

vii. In case of scenario at (vi) above, separate agreement for such activity(s) among each supporting,

bidding company or the ultimate controlling company shall be submitted (as per format enclosed at Appendix A-4). However, in such cases, additional PBG as per clause (iv) above shall be furnished by the ultimate controlling company.

Note: In case Supporting Company which supports the bidding company or the Ultimate Controlling Company, fails to submit Bank Guarantee as per (iv) above, EMD/SD submitted by the bidder shall be forfeited.

Note for clause No. 12 and 13:

(i) A certificate from the Statutory Auditor or Company Secretary or one of the Directors of the bidding company to establish the relationship and equity percentage holding between bidder and the supporting company or bidding company, intermediary company, supporting company or the ultimate controlling company as the case may be.

ii) Authorisation letter from one of the Directors of Supporting Company authorising the signatories to execute the corporate guarantee, duly certified by the Company Secretary of the Supporting Company.

Page 41: Details of EOI are as under

The above certificates/ undertakings / Authorization letter should be of a date after NIT date.

Page 42: Details of EOI are as under

Annexure-A

Table-2:

Experience of prospective bidder in providing Project Consultancy Services in last 15 years for Offshore Oil & Natural Gas Projects (Refer para 3.0 of PQC)

S/N Client

name with Address

Project details along with brief description of scope of work clearly indicating components

Water Depth (WD)

Project Start Date

Completion Date

Contact person of client along with role in project, contact no. & mail id

A ) Subsea X-mas trees, Pipelines and Umbilicals hooked up to a gas/oil processing facility (Offshore/ Onshore):

B.) Subsea Production Systems (subsea X-Mas trees, well heads, Associated Control Systems) hooked up to gas/oil processing facility (Offshore/ Onshore):

C.) Offshore process platform

D) Project Management Consultancy Services(Subsea X-mas trees, Pipelines and Umbilicals hooked up to a gas/oil processing facility (Offshore/ Onshore, Subsea Production Systems (subsea X-Mas trees, well heads, Associated Control Systems) hooked up to gas/oil processing facility (Offshore/ Onshore) and Offshore process platform)

Note: The bidders will be required to submit details of their experience duly signed (indicating Name,

Designation and company seal) by the authorized person of their organization (including authorized letter from the company)

Page 43: Details of EOI are as under

Annexure-B

Standardized format for Memorandum of Understanding (MoU) for Consortium

This MoU is executed at……… on this ………… day of ………….. between/among:

1. M/s …………., a company duly incorporated and validly existing under the laws of……………., having its registered office at ……………. Corporate Identity Number ------------ (hereinafter referred to as “Member 1”) which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to include its successors, administrators, executors and permitted assigns);

2. M/s………….., a company duly incorporated and validly existing under the laws of ……………., having its registered office at………………. Corporate Identity Number ------------ (hereinafter individually referred to as the “Member 2)”, which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to include its successors, administrators, executors and permitted assigns);

AND

(More members can be added on similar lines as above depending on the members involved in the particular consortium)

The above Member 1 and Member 2 hereinafter shall individually referred to as “Consortium Member” and collectively be referred to as “Consortium”

WHEREAS

A. Oil and Natural Gas Corporation Limited, a company duly incorporated and validly existing under the (Indian) Companies Act, 1956, having its registered office at ONGC, Deendayal Urja Bhavan, 5 Nelson Mandela Marg, Vasant Kunj, New Delhi-110070, India, and having an office, amongst others, at…………… [insert Purchase Centre Address] hereafter called “ONGC” has floated a Tender Number ………. for ………. on ……………

B. The Consortium Members individually do not fulfil the technical eligibility criteria of the said PQC and are not eligible to submit its Prequalification documents bid against the said PQC.

C. The Consortium Members have come together and desired to form a Consortium for submitting their Prequalification documents bid against the said PQC tender of ONGC.

AND WHEREAS

1. The terms and conditions in the pre-qualification criteria more specifically clause 7 & 8 have been read and understood by the Consortium and acceptable to each member of the Consortium who agrees to abide by the same

Page 44: Details of EOI are as under

2. Each member hereby confirms that he has the qualification and experience for their respective scope of work as required under the PQC and fulfils the conditions of eligibility as required therein.

NOW, THEREFORE, the Consortium Members agree as follows: i) All the members of the Consortium shall be jointly and severally responsible for

the execution and discharge of all the obligations under the contract, if awarded to the Consortium to the complete satisfaction of ONGC.

ii) The role and scope/division of work of each Consortium Member shall be as under:

SL. No

Name of the Consortium Member who will carry out the activity

Activities (Role& Scope of Work to be performed)

Cross reference within the bid offer, where supporting documents are submitted/ attached ##

Scope of work / activity to be performed, expressed as a percentage (%) of Bid Value

1

(i) ……………..% (ii) ……………..% Total ……………..%

2 ……………..% ……………..%

## (In case bid has not been prepared before signing of MOU, the aforesaid cross reference may be provided in the offer in lieu of indicating in MOU)

(iii) In accordance with the PQC conditions, M/s…………… (Member 1 or 2 as the case may be) is hereby authorized by all the Consortium members to be the Leader of the Consortium (hereinafter referred to as the “Leader”) and to act on behalf of the Consortium, and : (a) shall submit the PQC documents, execute all relevant PQC documents

and deliver any documentation required on behalf of the consortium; (b) shall be responsible for exchange of correspondence with ONGC and

such correspondence exchanged between ONGC and Leader shall be binding on all Consortium Members

(c) shall be responsible for resolving any disputes/ misunderstanding / undefined activities, if any, amongst all the members of the Consortium

(d) Notwithstanding the provisions of being jointly and severally liable to ONGC by all members of consortium, the leader of consortium shall be primarily responsible for full execution of the entire ‘Scope of work’ of this tender/Contract(if awarded);

(e) shall sign the contract as authorised and on behalf of the Consortium (Delete if each member of the consortium shall be signing the contract)

(f) shall undertake full responsibility for timely completion of the awarded work ; and

(g) shall take the overall responsibility of project management of entire project.

(iv) All payments under the contract shall be made by ONGC to individual

Consortium Members as duly indicated in Price Bid format along with member wise details of price breakup /on percentage basis OR if no such price breakup/ on percentage basis is provided then only to the Leader of the Consortium (strike out the one which is not applicable).

Page 45: Details of EOI are as under

In WITNESS WHEREOF, this MOU has been signed by or on behalf of each of the Members as of the day first above written.

Executed and delivered as a deed by each Member acting by …………………………………….. in the presence of: ……………………………………. Address: Occupation:

…………………................ Signature …………………………… Signature

Instructions: (i) The above MOU shall be acceptable, only if singed by any of the following officials (who

are empowered to sign such MOU) from the respective companies of the consortium members:

CEO, (or) any of the full time Directors at the Board level, (or) Proprietor in case of Sole Proprietorship concerns, (or) all Partners (or any of the Partners holding power of attorney on behalf of other

Partners) in case of Partnership concerns, (or) any official holding valid authorization for signing such MOU on behalf of the

Member of the consortium.

Page 46: Details of EOI are as under

(Appendix No A-1)

FORMAT OF AGREEMENT BETWEEN BIDDER AND THEIR SUPPORTING COMPANY (TO BE EXECUTED ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED)

This agreement made this ___ day of ____ month ____ year by and between M/s. ____________________ (Fill in the Bidder’s full name, constitution and registered office address) Corporate Identity Number --------- hereinafter referred to as bidder on the first part and M/s. ___________ (Fill in full name, constitution and registered office address of company which hold more than fifty percent of the paid up share capital of the bidding company / company in which it holds more than fifty percent of the paid up share capital. as the case may be) Corporate Identity Number ---------hereinafter referred to as “Supporting Company” of the other part:

WHEREAS

M/s. Oil and Natural Gas Corporation Limited (hereinafter referred to as ONGC) Corporate Identity Number --------- has invited offers vide their tender No. _____________ for _________________ and M/s. __________________(Bidder) intends to bid against the said tender and desires to have technical support of M/s. ________________[Supporting Company)] and whereas Supporting Company represents that they have gone through and understood the requirements of subject tender and are capable and committed to provide the services as required by the bidder for successful execution of the contract, if awarded to the bidder. Now, it is hereby agreed to by and between the parties as follows: 1. M/s.____________(Bidder) will submit its bid to ONGC for the full scope of work as

envisaged in the tender document and liaise with ONGC directly for any clarifications etc. in this context.

2. M/s. _________ (Supporting Company) undertakes to provide technical support and expertise, expert manpower and procurement assistance and project management to support the bidder to discharge its obligations as per the Scope of work of the tender / Contract for which offer has been made by the Supporting Company and accepted by the bidder.

3. The Bidder/Supporting Company holds more than 50 % paid up equity capital of the Supporting Company/Bidder..

..

4. This agreement will remain valid till validity of bidder’s offer to ONGC including extension if any and till satisfactory performance of the contract in the event the contract is awarded by ONGC to the bidder.

5. It is further agreed that for the performance of work during contract period bidder and Supporting Company shall be jointly and severely responsible to ONGC for satisfactory execution of the contract.

6. However, the bidder shall have the overall responsibility of satisfactory execution of the contract awarded by ONGC.

In witness whereof the parties hereto have executed this agreement on the date mentioned above.

For and on behalf of For and on behalf of (Bidder) (Supporting Company) M/s. M/s. Witness: Witness: 1) 1) 2) 2)

Page 47: Details of EOI are as under

1 Appendix A-2

GURANTEE BY THE SUPPORTING COMPANY / GUARANTOR

1.1

THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s ………………………… (mention complete name) a company duly organized and existing under the laws of …………………. (insert jurisdiction/country), having Corporate Identity Number ---------and its Registered Office at ……………………………………… hereinafter called “the Guarantor and or the Supporting company ”which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to include its successors and permitted assigns. WHEREAS 1. M/s Oil & Natural Gas Corporation Limited, a company duly incorporated under the Companies Act 1956, having Corporate Identity Number ----------and its Registered Office at ------------------------------------- and having an office, amongst others, at …………… (insert purchase centre address) hereinafter called “ONGC ” which expression shall unless excluded by or repugnant to the context thereof, be deemed to include its successor and assigns, has invited tender number ………………… for …….. on ………….. 2. M/s ………………….. (mention complete name), a company duly organized and existing under the laws of ……………. (insert jurisdiction/country), having Corporate Identity Number ----------and its Registered Office at …………………….. (give complete address) hereinafter called “the Bidder and or Contractor as the context may require which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to include its successor and permitted assigns, have in response to the above mentioned tender, submitted their bid bearing number …………………… to ONGC 3. The Bidder/Guarantor Company holds more than 50 % paid up equity capital of the Supporting Company/Bidder. 4. The Guarantor Company meets all the Experience criteria parameters stipulated under the aforesaid tender and wishes to support the Bidder to make it eligible to submit its bid. 5. ONGC is willing to consider the bid of the Bidder Company only if the bid is accompanied with a guarantee from the Guarantor Company guaranteeing technical support for satisfactory performance of the work covered under the said tender including any change therein as may be deemed appropriate by ONGC Corporation at any stage. The Guarantor represents that they have read the terms and conditions and understood the requirement of the above said tender and are capable of and committed to provide technical and such other supports as may be required by the Bidder Company for successful execution of the same. Accordingly, at the request of the Bidder Company and in consideration of and as a requirement of the aforesaid tender, the Guarantor hereby gives this guarantee to ONGC and undertakes as follows:

1. The Guarantor unconditionally agrees that in case of non-performance by the Bidder / Contractor Company of any of its obligations under the Bid or the Contract that may be awarded in any respect, the Guarantor shall, immediately on receipt of notice of demand from ONGC, take up the job without any demur or objection, in continuation and without loss of time and without any cost to the Corporation and duly perform the obligations of the Company to the satisfaction of the Corporation.

Page 48: Details of EOI are as under

2. The Guarantor agrees that the Guarantee herein contained shall remain valid and enforceable till the satisfactory execution and completion of the work (including discharge of the warranty obligations) under the contract that may be awarded to the Bidder/ Contractor.

3. The Guarantor shall be jointly with the Bidder / Contractor as also severally responsible to ONGC

for satisfactory performance of the contract that may be awarded to the Bidder / Contractor by ONGC.

4. The liability of the Guarantor, under the Guarantee, is limited to the liability of the

Contractor as per the Contract.

5. The Guarantor represents that this Guarantee has been issued after due observance of the appropriate laws in force in India. The Guarantor hereby undertakes that the Guarantor shall obtain and maintain in full force and effect all the governmental and other approvals and consents that are necessary and do all other acts and things necessary or desirable in connection therewith or for the due performance of the Guarantor’s obligations hereunder.

6. The Guarantor also agrees that this Guarantee shall be governed and construed in accordance with

the laws in force in India and shall be subject to the exclusive jurisdiction of the courts of ……….., India.

7. The Guarantor hereby declares and represents that this Guarantee has been given without any

undue influence or coercion from any person and that the Guarantor has fully understood the implications of the same.

8. In case of award of contract to the bidder, the Guarantor shall provide Performance Bank Guarantee

to ONGC, equivalent to 50% of the value of Performance Bank Guarantee to be submitted by the bidding company, in the prescribed format within 15 days from the date of Notification of Award, as guarantee for performance by the bidder/contractor. The Guarantor hereby expressly agrees that if in the opinion of ONGC, the Bidder / Contractor has failed to perform its obligations under the contract in any manner, ONGC shall have unfettered right to invoke the said Bank guarantee The guarantor hereby agrees that decision of ONGC about performance of the bidder / contractor shall be final and shall not be questioned by the Guarantor. Guarantor shall have no objection to invocation of the Performance Bank Guarantee submitted by the Guarantor

OR

(applicable, subject to meeting the conditions stipulated in BEC in respect of additional Performance Bank Guarantee)

In case of award of contract to the bidder, the bidder on behalf of the Guarantor shall provide additional Performance Bank Guarantee to ONGC, equivalent to 50% of the value of Performance bank Guarantee to be submitted by the bidding company, in the prescribed format within 15 days from the date of Notification of Award, as guarantee for performance by the bidder/contractor. The Guarantor hereby expressly agrees that if in the opinion of ONGC, the Bidder / Contractor has failed to perform its obligations under the contract in any manner, ONGC shall have unfettered right to invoke the said Bank guarantee. The Guarantor hereby agrees that decision of ONGC about performance of the bidder / contractor shall be final and shall not be questioned by the Guarantor. Guarantor shall have no objection to invocation of the Performance Bank Guarantee submitted by the Bidder on behalf of the Guarantor.

(Strike through the clause whichever is not applicable) 9. The Guarantor represents and confirms that the Guarantor has the legal capacity, power

and authority to issue this Guarantee and that giving of this Guarantee and the performance and observations of the obligations hereunder do not contravene any existing law or any judgment.

For & on behalf of (Supporting Company)

Page 49: Details of EOI are as under

M/s __________________________

Witness: 1.Signature________________ Full Name _________________ Address___________________

Signature__________________ Name_____________________ Designation ________________ official seal_________________

2.Signature________________ Full Name _________________ Address___________________

Instructions: (i) The above agreement shall be acceptable, only if singed by any of the following officials (who are

empowered to sign such agreements) from the respective companies:

CEO, (or) any of the full time Directors at the Board level, (or) Proprietor in case of Sole Proprietorship concerns, (or) all Partners (or any of the Partners holding power of attorney on behalf of other Partners)

in case of Partnership concerns, (or) any official holding valid authorization for signing such agreements.

Page 50: Details of EOI are as under

Appendix A 3 Proforma of Bank Guarantee towards Performance Security by the Supporting Company / Ultimate Controlling Company (as the case may be) of the bidding

company. PERFORMANCE GUARANTEE

Ref. No. ________________________ Bank Guarantee No _______________ Dated___________ ______ To, Oil & Natural Gas CORPORATION LIMITED _____________________________ _____________________________ India Dear Sirs, 1. In consideration of Oil & Natural Gas CORPORATION Limited, incorporated under the Companies Act, 1956, having its Registered Office at ------------------------------ New Delhi-110001, India Corporate Identity Number ---------and one of its offices at _____________________ (hereinafter referred to as `ONGC', which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and assignees) having entered into a CONTRACT No. __________________ dated _______________ (hereinafter called 'the CONTRACT' which expression shall include all the amendments thereto) with M/s __________________________ having its registered/head office at ______________________Corporate Identity Number --------- (hereinafter referred to as the 'CONTRACTOR') which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assignees). Further, M/s _____________ (Name of the Supporting company) having its registered/head office at ______________________Corporate Identity Number --------- based on whose experience/technical strength, the CONTRACTOR has qualified for award of contract (hereinafter referred to as the 'SUPPORTING COMPANY') which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assignees) has agreed to provide complete technical and other support to the CONTRACTOR for successful completion of the contract as mentioned above, entered between ONGC and the CONTRACTOR and ONGC having agreed that the 'SUPPORTING COMPANY' shall furnish to ONGC a performance guarantee for Indian Rupees/US$ .............. towards providing complete financial and other support to the CONTRACTOR for successful completion of the contract as mentioned above, 2. We (name of the bank) ______________________________ registered under the 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

Page 51: Details of EOI are as under

moneys to the extent of Indian Rs./US$ (in figures) __________ (Indian Rupees/US Dollars (in words)_____________________________) without any demur, reservation, contest or protest and/or without any reference to the 'SUPPORTING COMPANY'. Any such demand made by ONGC 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 ONGC in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the 'SUPPORTING COMPANY' and shall remain valid, binding and operative against the bank. 3. The Bank also agrees that ONGC 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 'SUPPORTING COMPANY' and notwithstanding any security or other guarantee that ONGC may have in relation to the 'SUPPORTING COMPANY’s' liabilities. 4. The Bank further agrees that ONGC 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 ONGC against the said CONTRACTOR(s) and to forbear 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 CONTRACTOR(s) or for any forbearance, act or omission on the part of ONGC or any indulgence by ONGC to the said CONTRACTOR(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 agrees 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 ONGC under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till ONGC discharges this guarantee in writing, whichever is earlier. 6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of ONGC or that of the 'SUPPORTING COMPANY'. 7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue. 8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where the purchase CONTRACT has been placed. 9 Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited to Indian Rs./US$ (in figures) _________________ (Indian

Page 52: Details of EOI are as under

Rupees/US Dollars (in words) ________________ only) and our guarantee shall remain in force until (indicate the date of expiry of bank guarantee) _________.

All Claims of ONGC (beneficiary) against this Bank Guarantee, shall be remitted by the ………………………..…………..(Bank’s name to be inserted) to the following account of ONGC only through electronic transfer of funds, unless otherwise specifically communicated by ONGC:

(Concerned Work Center to indicate following details, as applicable) Beneficiary Account Name : Oil and Natural Gas Corporation Limited Bank Name : State Bank of India Branch : SME Branch, Main Road, Kakinada Branch Code : 4248 Bank Account No. : 30058498867 IFSC Code : SBIN0004248 SWIFT Code : SBININBB308 For foreign currency Bank Guarantee, detail of Nostro Account as under to be indicated additionally for respective currency. Through State Bank of India Nostro Account:

NAME OF BANKS CURRENCY A/C NUMBER SWIFT BIC SBI Frankfurt EUR 52607101120001 SBINDEFF SBI London GBP 35601 SBINGB2L SBI Tokyo JPY 10177001220001 SBINJPJT SBI New York USD 77600125220002 SBINUS33

Any claim under this Guarantee must be received by us on or before________ (Indicate date of expiry of claim period which includes minimum one year period from the the expiry of this Bank Guarantee). If no such claim has been received by us by the said date, the rights of ONGC under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of ONGC under this Guarantee shall be valid and shall not cease until we have satisfied that claim. In witness whereof, the Bank, through its authorised officer, has set its hand and stamp on this ........ day of ........... at ..................... WITNESS NO. 1 -------------------------- (Signature) Full name and official address (in legible letters)

________________ (Signature) Full name, designation and address (in legible letters) with Bank stamp Attorney as per power of Attorney No.............

Page 53: Details of EOI are as under

Dated .................... WITNESS NO. 2 -------------------------- (Signature) Full name and official address (in legible letters)

Page 54: Details of EOI are as under

(Appendix No A-4)

FORMAT OF AGREEMENT BETWEEN BIDDER THEIR SUPPORTING COMPANY AND THE

ULTIMATE CONTROLLING COMPANY

(TO BE EXECUTED ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED)

This agreement made this ___ day of ____ month ____ year by and between M/s. ____________________ (Fill in Bidder’s full name, constitution and registered office address) ___________ Corporate Identity Number ---------hereinafter referred to as “Bidder” of the first part and M/s. ___________ (Fill in full name, constitution and registered office address of Supporting Company of the Bidder) Corporate Identity Number ---------herein after referred to as “Supporting Company” of the second part and M/s______________(Fill in the full name, constitution and registered office address of the Ultimate Controlling Company of both the companies viz. bidder and the supporting company) hereinafter referred to as “Ultimate Controlling Company” of the third part. WHEREAS M/s. Oil & Natural Gas Corporation Limited Corporate Identity Number --------- (hereinafter referred to as ONGC) has invited offers vide their tender No. _____________ for __________ and M/s. ____________(Bidder) intends to bid against the said tender and desires to have a technical support of M/s. _________(Supporting Company) and Supporting Company represents that they have gone through and understood the requirements of subject tender and are capable and committed to provide the services as required by the bidder for successful execution of the contract, if awarded to the bidder. Now, it is hereby agreed to by and between all the three parties as follows: 1. M/s._______(Bidder) will submit an offer to ONGC for the full scope of work as envisaged in the

tender document. 2. M/s. _______(Supporting Company) undertakes to provide technical support and expertise

and expert manpower, material, if any, to support the bidder to discharge its obligations as per the Scope of work of the tender / Contract for which offer has been made by the bidder.

3. This agreement will remain valid till validity of bidder’s offer to ONGC including extension if any and also till satisfactory performance of the contract in the event the bid is accepted and contract is awarded by ONGC to the bidder.

4. Supporting Company unconditionally agrees that in case of award of contract to the Bidder, if the Bidder is unable to execute the contract, they shall, immediately on receipt of notice by ONGC, take up the job without any demur or objection, in continuation without loss of time and without any extra cost to ONGC and duly perform the obligations of the Bidder/Contractor to the satisfaction of ONGC.

5. The Ultimate Controlling Company also confirms and undertakes that the commitment made by the supporting company in providing the technical support and technical expertise and expert manpower to support the bidder for execution of the contract are honoured.

6. The Ultimate Controlling Company also takes full responsibility in getting the contract executed through the supporting company in case the Bidder/Contractor is unable to execute the contract.

7. In witness whereof the parties hereto have executed this agreement on the date mentioned above.

Page 55: Details of EOI are as under

For and on behalf of (Bidder)

For and on behalf of (supporting comapany)

For and on behalf of (Ultimate Controlling Company)

M/s. Witness 1) 2)

M/s. Witness 1) 2)

M/s. Witness 1) 2)

Note: In case of contracts involving - (a) manufacture/supply (b) installation and commissioning (c) servicing and maintenance of any equipment, as the bidding company can draw on the experience of their multiple supporting companies specializing in each sphere of activity, i.e. (a) manufacture/supply (b) installation and commissioning (c) servicing and maintenance, therefore, in that case, the above format shall be signed by all the supporting company(ies) and necessary modifications may be made in the above format to include all supporting companies.