ministry of petroleum and natural gas government of...
TRANSCRIPT
Ministry of Petroleum and Natural Gas Government of India
Directorate General of Hydrocarbons 21st March, 2018
Hyderabad
Process Flow Diagram for Open Acreage Licensing
Investor studies G&G
data available on NDR
Carves out blocks for
interested area for any
of the two contracts
POC
Contract Period
8 to 10 years:
Exploration
20 to 30 years:
Development and
Production
RC
Contract Period
2 to 3 years
Submission of EoI
Finalization of Block and
Invitation to Bid through
NIO
Bid Submission and
Evaluation
Legend -
POC – Petroleum Operations Contract
RC – Reconnaissance Contract
EoI – Expression of Interest
NDR – National Data Repository
NIO – Notice Inviting Offer
Award of Contract
Key Points -
• Sedimentary basins gridded
into sector of 10’ x 10’ (1’ x 1’
for existing PEL/PML)
• Party submitting EoI for an
area shall be ‘Originator’
• EoI for POC would be
preferred over RC for same
area
• EoIs can be submitted in two
cycles per annum (every 6
months)
POC
RC
Jan April May June
Timeline (Closing Dates) 31st Dec 15th Nov
Cut off Date for Bid Rounds
July Sep Nov Dec 30th June 15th May
Window 1
Window 2
Finalization and Review of EoI
Bid Submission Deadline
Bid Evaluation and Award
Contract Signing
Key
Milestones
DGH to Evaluate EoIs and Issue NIO
Timing is critical to avail Originator’s Incentive
ICB for the identified Blocks
Contract Signing
Issue of Bid Document
Key OAL Cycle Timelines for Investors
55 Blocks with a total area of 59,282 Sq. Km. on offer
Sedimentary Basin-wise Distribution of offered Blocks
65%
24%
11%
Onland Shallow Water Deepwater
38478 Sq.Km. 14221 Sq.Km.
6574 Sq.Km.
46 Onland Blocks
Rajasthan: 09
Krishna Godavari: 03
Cambay: 11
Cauvery: 01
Assam-Arakan: 19
Kutch: 01
Ganga: 01
Himalayan Foreland: 01
8 Shallow Water Blocks
Kutch: 01
Saurashtra: 02
Cauvery: 02
Mumbai Offshore: 02
Krishna Godavari: 01
1 Deep Water Block
Krishna Godavari: 01
Resource Potential across Basins
MMTOE
4,852
7,578
4,133
1,943
786
1,672
1,455
1,246
827
803
443
128
44
0 2,000 4,000 6,000 8,000 10,000
Mumbai Offshore
Krishna-Godavari
Assam Shelf
Rajasthan-Barmer
Cambay
Cauvery
Assam-Arakan
Saurashtra
Kutch
Rajasthan-Jaisalmer
Rajasthan-Bikaner
Ganga-Punjab
Himalayan Foreland
Established
Yet-to-Find
Bidding Structure
Two Part Single Stage Bidding
Part – I:
Submission of Technical and
Financial Qualification information
Networth for each
consortium member as per
participating interest and
technical qualification only
for Operator
Submission of Bid Bond
Part – II:
Submission of Work Programme
and Fiscal Bids.
Bank Guarantee in lieu of
Deficit Networth
No marks to be awarded for
Technical Evaluation after
Part-I
Bids compliant after Part-I
are evaluated based on
combined score of Bid made
at Part-II
Requisites for Bidding
1. Registration on E-bidding Portal
2. Tender Fee payment of USD 1000 /Block (Waived off for Originators)
3. Purchase of Basic Data Package as published in NIO
4. Submission of E-Bid before Bid Closing Date (03rd April, 2018, 1200 Hrs)
5. Hard Copy Submission of Bid Documents before Bid Closing Date and Time (only Part I)
6. Submission of Bid Bond/BG in lieu of Networth of Requisite Value as per NIO
7. Adherence to all Terms and Conditions as per NIO
Petroleum Operations Contract: USD 150,000 /Sector (USD 1,500 for 1’x1’) with a cap of: • USD 1 million for Onland or Shallow
Water Block • USD 2 million for Deepwater or Ultra
Deep Water Block Reconnaissance Contract: USD 30,000/Sector (USD 300/ for 1’x1’) with a cap of • USD 0.2 mn for a Onland or Shallow
Water Block • USD 0.4 mn for Deepwater or Ultra
Deep Water Block
Value of Participation/ Bid Bond
# Criteria Onland Shallow
Water
Deep water/
Ultra-Deep
Water
1
Minimum Operatorship Experience
(Experience of operatorship in oil and gas
exploration and / or development and / or
production in the last consecutive 10 years)
*Note – CBM experience is considered for
Onland
1 year
Experience is
Mandatory
1 year
Experience is
Mandatory
1 year
Experience is
Mandatory
2 Minimum Acreage Holding (Sq. Km.) in
previous 10 years Positive (Optional if Point 3 is fulfilled)
3
Minimum Average Annual Production
(MMBOE) for the previous 5 years in the
last consecutive 10 years
Positive (Optional if Point 2 is fulfilled)
Technical Qualification Criteria for POC
**Note – Experience of Reconnaissance Contract shall also be considered as Operatorship experience under relevant categories
At Bid Evaluation Stage: Originator/Bidder is required to meet the following Networth criteria
Net worth should be equal to or more than the higher of :
a) Estimated expenditure for the CWP (Committed Work Programme)
b) LD equivalent value of the CWP
Any shortfall in Networth is allowed to be supported by an equivalent BG.
Type of block Net-worth for one sector
(10’x10’) ($ mn)
Net worth for additional sectors ($ mn/ sector)
Onland 5 1
Shallow Water 20 2
Deep Water 60 2.5
Ultra-Deep Water 90 3
Financial Qualification Criteria for POC
Revenue Share
Work Programme
Bid for Revenue Share at two levels:
• Lower Revenue Point (LRP) (USD 0.05 mn /day)
• Higher Revenue Point (HRP) (USD 7 mn / day)
Bidders have to bid for 2D seismic, 3D seismic,
Exploratory wells, core analysis (for shale plays only)
Originator Incentive
Investor who has submitted an EoI for the block will
be assigned 5 marks
50%
45%
5%
Weightage
Bid Evaluation Criteria for POC
Key Notes –
1. Marks distribution of Work Programme – 2D (8 marks), 3D (17 marks), Exploratory Wells (15 marks) and Core Analysis for Shale Plays (5 marks)
2. Bidders quoting highest in the respective activity in Bid Work Programme will get highest marks and other bidders will be proportionately evaluated
Revenue Share
LRP
HRP
Go
vern
me
nt
Shar
e o
f R
eve
nu
e (
%)
Revenue Point (USD Million / Day)
0.05 7
Bid Revenue Share (LRP)
Bid Revenue Share (HRP)
Contractor to bid the Government Share of revenue (%) at
Lower Revenue Point (LRP) ≤ US$ 0.05 mn/day
Higher Revenue Point (HRP) ≥ US$ 7 mn/day
Bidder with highest average NPV of the revenue share (calculated based on four notional revenue profiles) scores the highest
LRP shall be applicable for the Stabilization Period
Onland (2 years)
Shallow Water (3 years)
DW/ UDW (5 years)
Phase Time
Initial Exploration Phase 3(+1) years for Onland & Shallow Water, 3(+1, +1) years for DW, UDW and Specified Basins
Subsequent Exploration Phase 3(+1) or 3(+1, +1) years as above
Appraisal Period 2 years- Onland/ 3 years-Offshore (with 6/12 months extensions)
Field Development Plan (FDP) submission
12 months from submission of intent for FDP (3/6 months extensions allowed) Development to commence within 1 year of approval of FDP/Grant of ML
Production Commencement 3/5/7 years from FDP submission for Onshore/Shallow/(DW/UDW)
Mining Lease (ML) Period 20 years with provision for 10 year extension
Specified Basins
Life Cycle of a POC
The bidder for RC or EoI submitting party must have any one of the following experience:
• 1000 LKM of 2D Seismic API , or
• 300 SKM of 3D Seismic API, or
• Drilling of at least 5 wells, or
• Others surveys like CSEM, Gravity, Magnetic, MT etc. for at least 1000 sq. km.
Bid Evaluation Criteria
Activity Marks for WP Marks for price of
data
Evaluation Method
2D 20 8 • Bidder quoting highest quantum
gets the maximum marks for
quantum of work
• Bidder quoting lowest price gets
maximum marks for price of data
• Others would get marks
proportionately
3D 35 10
No. of wells 15 7
Originator Incentive 5 NA • Originator will get 5 marks
Fiscal Package NA • Not Applicable as no Production is
allowed
Total 75 25
Qualification and Bid Evaluation Criteria for RC
OALP Facilitators
Facilitation Desk
EoI Portal
http://online.dghindia.org/
oalp
http://online.dghindia.org/oalp/contact
Email: [email protected]
E-bidding Portal https://ebidding.dghin
dia.gov.in/
NDR/ Data Room Booking
https://www.ndrdgh.gov.in/NDR/
http://online.dghindia.org/oal/da
taroombooking
Physical Data View Room
Available for the offered Blocks at DGH Office Noida
Data Rooms at other locations to be announced.
For Booking, please visit
http://online.dghindia.org/oal/dataroombooking
PAN (Indian Users) / CIN (Foreign Users) Number of the Company is mandatory .
Payment to be made online as per the number of days. After payment, an automated confirmation receipt will be sent to the users email.
Confirmation Receipt required during visit to the Data Room
Features of Data View Room
Two data view rooms located in DGH, Noida
Two companies can independently work and evaluate blocks on offer
All the E&P data is available on two high end work stations
Work stations are equipped with Decision Space Geosciences (DSG) interpretation s/w with full G&G functionality for interpretation and evaluation
Full assistance by DGH team for data viewers
Bidders can take away up to 5 (Five) snapshots per project of their evaluation/ interpretation
Maximum 4 (Four) person team can visit
Data room is open on all working days from 10:00 AM to 05:00 PM
Registration using PAN
(Indian) and CIN or equivalent
(Foreign)
Fulfilment of Qualification Criteria both Financial and
Technical
Bid Parameter Quantum for CWP and Quote for GoI Revenue Share at
LRP & HRP **
Preview and Submission of Bid
Provision to revise or change your Bid
before Bid Submission deadline
** System will calculate value of CWP vis-à-vis to consortium Networth and show error
message if CWP value is greater than the Networth. In that case company can submit a
Bank Gurantee (BG) against the shortfall of Networth.
Formation of
Consortium
Bid Evaluation & Declaration of
Final result
Mapping of DSC is required for signing and encryption of Data submitted by Bidder
Flow Chart for E-Bidding
DSC issue outside India
Download Application Form from the site of any
licensed CA
Required Documents: Indian Embassy apostalized
copies of
Any one from - Certificate of Incorporation,
Memorandum and Articles of Association,
Registered Partnership Deed, Valid Business
License document
Any one from - Annual report, Income tax return,
Statement of Income, Bank details of the
Organization
Authorization letter in favour of the certificate
applicant
Latest passport size colour photograph
Copy of Passport & Driving License
Fill the Application Form and make fund transfer for
DSC issuing Fee
Indian Embassy apostalized documents to be
couriered to the respective CA.
CA issues the DSC along with e-token and sends same
to the applicant.
For Detailed Information please visit: http://www.cca.gov.in List of DSC Vendors
Procurement of DSC
DSC issue in India
Contact franchise of any of the CAs (Certifying Authorities)
Ask for DSC Class III for Signing and Encryption
Buy as employee of a company (not in individual capacity)
Fill form with Identity Proof and Authorization Letter From Company and Pay requisite fee
Login to NDR Portal
*As per guidelines of Data Purchase
Catalogue
OALP Bid Round-I
Data Package Price List
Data Purchase Guidelines *
Purchase of Data Package
Category
A* Blocks
Category
B* Blocks
Data can be directly placed
in briefcase and order can be
placed to NDR
Data are selectable as per the choice of Bidder
(minimum purchase 1000 USD)
Select the Data from Available List
Mention list of Data in Special
Requirement Column
Place the Order
Flow Chart for Basic Data Purchase
Directorate General of Hydrocarbons (Ministry of Petroleum & Natural Gas) Phone: 0120-2472000, Fax: 0120-2472049 Email: [email protected] Website: dghindia.gov.in
OAL Bid Round – I Facilitation Desk : [email protected]
S. No. Documents to be submitted along with the Bid Mandatory Online
submission
1 Corporate Information Mandatory
2 Additional Corporate information as per Annexure-1 of NIO Page No. 33 Optional
3 A Bid bond for each of the block bid (scan copy) Mandatory
4 Proof of payment of tender fees. Optional
5 Letter of presentation and commitment from the bidding company, and /or from parent company, wherever applicable. Optional
6 Certificate form statutory auditor of the bidding company regarding Networth. Optional
7 Documents evidencing the legal existence of the bidding company ( including Article of Association and Memorandum and Certificate of incorporation/registration). Optional
8 Documents in support of Financial and Technical Qualification. Optional
9 Audited Annual Reports, Balance Sheets and Profit & Loss statements in English language along with the schedule of notes forming part of balance sheet for the latest completed year Optional
10 Ample and sufficient power-of attorney granted to a legal representative /authorized representative of company or leader of consortium. Optional
11 Consortium or association agreement, wherever applicable. Mandatory
12 Document whereby the parent company knows and endorses the bid and the contractual obligations of its affiliate or subsidiary, wherever applicable. Optional
13 Bank Guarantee in lieu of Networth, as applicable (if opted). Mandatory
14 Proof of Purchase of Basic Data Package . Mandatory
15 A Board approved financing plan supported by necessary documents. Optional
List of Documents Required
List of Specified Basins
S. No. Basin Name
1. Himalayan Foreland
2. Ganga Basin
3. Vindhayan Basin
4. Karewa Basin
5. Bengal Basin
6. Spiti – Zanksar Basin
7. Satpura – South Rewa – Damodar Basin
8. Bhima Kaladgi Basin
9. Bastar Basin
10. Chhattisgarh Basin
11. Pranhita Godavari Basin
List of DSC Certifying Authorities
1) Safescrypt
2) Institute for Development and Research in Banking Technology (IDRBT)
3) National Informatics Center (NIC)
4) (n)code solutions
5) eMudhra Ltd
6) Centre for Development of Advanced Computing, India (CDAC)
7) National Securities Depository Limited (NSDL)
8) Capricorn Identity Services Pvt Ltd.