+ All Categories
Home > Documents > FC -24, 5th Floor, IT Infrastructure Building, Sector-16A...

FC -24, 5th Floor, IT Infrastructure Building, Sector-16A...

Date post: 29-Jun-2018
Category:
Upload: duongkhanh
View: 215 times
Download: 0 times
Share this document with a friend
51
EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 1 of 51 GLOBAL EXPRESSION OF INTEREST EOI REF. NO. OIL/CEMG/CY/EOI/001/2013 DT. 15.10.2013 SUB: Notice Inviting “Expression of Interest”(EOI) for provision of drilling rig in Deepwater block off Gulf of Mannar ( CY-OSN-2009/2) 1.0 Introduction Oil India limited (OIL) is a premier National Oil Company engaged in the business of Exploration, Production and Transportation of Crude Oil and Natural gas. OIL is a Navratna Company under the Ministry of Petroleum and Natural gas, Government of India (GOI), OIL was awarded the Cauvery offshore block CY-OSN-2009/2 (area: 1621 km²) under NELP VIII bidding round with 50% Participating Interest as Operator and Oil and Natural Gas Corporation (ONGC) with 50% Participating Interest in the Gulf of Mannar. The Production Sharing Contract (PSC) was signed on 30th June 2010 and the Petroleum Exploration License (PEL) was granted on 2nd August, 2010 by the Government of India. OIL has a firm program of drilling three (3) wells in the above block as a part of Minimum Work Programme (MWP) as per PSC and another 3 dependent well program based on results of the firm wells. As per preliminary interpretation, the expected water depth of the prospective wells may vary from 400m to 900 meters. Expected time to spud the first well is by end of Q3, 2014. 2.0 OIL hereby invites Expression of Interest from experienced and reputed prospective Bidders to offer the services of offshore Deepwater Drilling unit meeting the following criteria: 2.1Anchor Moored Drillship / Semi - submersible suitable for operating in water depths between 400 meters to 900 meters water depth. Rig should be capable of drilling Exploratory / Development/ Re-entry wells anywhere in East and West Coast of India in expected Drilling depths of 5800 meters ( Block details and Coordinates attached). 2.2Rig offered should be in working mode and in class, and if out of cycle for technical and survey requirement, the period of idling should not be more than 6 months as on the date of Technical bid submission. In case of newly Built rig, the offered rig should have completed at least one well successfully in water depth specified herein. 2.3Minimum 5 years of experience in operating deep water rigs in water depth ranging from 400m or more and have completed at least 1 well in 800 meters or more water depth as an independent drilling Contractor. Period in this regard shall be reckoned prior to the schedule closing date of submission of this EOI. 2.4 Bidder’s average annual financial turnover during the last 3 years shall be Minimum INR 250 Crore (or US$ 50 Million). Audited financial statements for the last three years to be submitted alongwith the EOI. FC-24, 5th Floor, IT Infrastructure Building, Sector-16A, NOIDA–201301 Fax: 0120 – 2488310 Phone No. 0120-2511762 E-mail: cemg_c&[email protected]
Transcript

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 1 of 51

GLOBAL EXPRESSION OF INTEREST

EOI REF. NO. OIL/CEMG/CY/EOI/001/2013 DT. 15.10.2013

SUB: Notice Inviting “Expression of Interest”(EOI) for provision of drilling rig in

Deepwater block off Gulf of Mannar ( CY-OSN-2009/2)

1.0 Introduction

Oil India limited (OIL) is a premier National Oil Company engaged in the business of

Exploration, Production and Transportation of Crude Oil and Natural gas. OIL is a Navratna

Company under the Ministry of Petroleum and Natural gas, Government of India (GOI),

OIL was awarded the Cauvery offshore block CY-OSN-2009/2 (area: 1621 km²) under NELP VIII

bidding round with 50% Participating Interest as Operator and Oil and Natural Gas Corporation

(ONGC) with 50% Participating Interest in the Gulf of Mannar. The Production Sharing Contract

(PSC) was signed on 30th June 2010 and the Petroleum Exploration License (PEL) was granted

on 2nd August, 2010 by the Government of India.

OIL has a firm program of drilling three (3) wells in the above block as a part of Minimum Work

Programme (MWP) as per PSC and another 3 dependent well program based on results of the

firm wells. As per preliminary interpretation, the expected water depth of the prospective wells

may vary from 400m to 900 meters. Expected time to spud the first well is by end of Q3,

2014.

2.0 OIL hereby invites Expression of Interest from experienced and reputed prospective Bidders

to offer the services of offshore Deepwater Drilling unit meeting the following criteria:

2.1 Anchor Moored Drillship / Semi - submersible suitable for operating in water depths

between 400 meters to 900 meters water depth. Rig should be capable of drilling

Exploratory / Development/ Re-entry wells anywhere in East and West Coast of India in

expected Drilling depths of 5800 meters ( Block details and Coordinates attached).

2.2 Rig offered should be in working mode and in class, and if out of cycle for technical and

survey requirement, the period of idling should not be more than 6 months as on the

date of Technical bid submission. In case of newly Built rig, the offered rig should have

completed at least one well successfully in water depth specified herein.

2.3 Minimum 5 years of experience in operating deep water rigs in water depth ranging

from 400m or more and have completed at least 1 well in 800 meters or more water

depth as an independent drilling Contractor. Period in this regard shall be reckoned

prior to the schedule closing date of submission of this EOI.

2.4 Bidder’s average annual financial turnover during the last 3 years shall be Minimum

INR 250 Crore (or US$ 50 Million). Audited financial statements for the last three years

to be submitted alongwith the EOI.

FC-24, 5th Floor, IT Infrastructure

Building, Sector-16A, NOIDA–201301

Fax: 0120 – 2488310

Phone No. 0120-2511762

E-mail: cemg_c&[email protected]

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 2 of 51

2.5 In case the Bidder is a Consortium of Companies, the Leader of the Consortium should

satisfy the minimum experience requirements as per para 2.3 above. However, any one

of the Consortium members individually shall have to meet the financial turnover

criteria mentioned in para 2.4 above. Only the leader of the Consortium shall be

permitted to submit the Bid on behalf of the consortium.

2.6 In case the Bidder is an Indian Company/Indian joint venture Company, either the

Indian Company/Indian joint venture Company or its technical collaborator/joint

venture partner should meet the criteria laid down in para 2.3 above. However, the

Indian Company/Indian joint venture Company must meet the financial turnover

criteria mentioned in para 2.4 above.

2.7 Acceptable Memorandum of Understanding (MOU) has to be made between consortium

members/joint venture partners/technical collaborator (as the case may be), clearly

defining the role/responsibility (scope of work) of each partner/member, binding the

members jointly and severally to all obligations under the contract, if awarded. The MOU

should be addressed to OIL and shall remain valid and binding for the entire period of

Tender/contract.

2.8 EOI from Bidders who themselves do not meet the experience criteria as stipulated in

para 2.3 above can also be considered, provided the Bidder is a 100% subsidiary

company of the parent company which meets aforesaid experience criteria. In such

cases, as the subsidiary company is dependent on the experience of parent company,

with a view to ensure commitments and involvements of the parent company for

successful execution of the contract, if awarded, the participating Bidder shall have to

furnish an agreement/MOU between the parent company and the subsidiary company.

Also, a Corporate Guarantee must be furnished from the parent company to OIL for

fulfilling contractual obligations under the contract, if awarded.

2.9 OIL also approves in-principle to consider EOIs from parent/subsidiary

company(ies)/sister subsidiary companies based on experience/capabilities of any of

them, provided all the companies referred to in the EOI are controlled by a single parent

company and they agree for joint and several responsibility including corporate

guarantee for successful execution of the contract.

2.10 Any party who is extending technical support by way of entering into technical

collaboration with another party shall not be allowed to submit an independent EOI and

such EOIs shall be rejected straightway. Further, all EOIs from parties with technical

collaboration support from the same principal will be rejected.

• Mobilization period: OIL requires the offered rig to be mobilized by end of Q3, 2014.

• Annexure 1: Provide drilling rig along with equipment conforming to the broad technical

specification as per Scope of Work (SOW) attached.

• Annexure 2: Provide Remote Operated Vehicle (ROV) along with crew for operation in

water depths up to from 400 meters to 900 meters water depth as per Scope of work

attached.

• Annexure 3: Block details and Coordinates

• Inspection Schedule:

Stage 1 Inspection: Rigs offered should be available for assessment by OIL nominated

Third Party Inspection (TPI) agency prior to acceptance of bid to ensure that the rig could

be mobilised on time as per the drilling schedule of OIL.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 3 of 51

Stage2 Inspection: On award of Contract, Rig, selected, to be offered for operator

nominated third party agency at least two months prior to spudding of the first well.

Bidder to provide the following as minimum during submission of EOI:

• Appendix 1:Status of Drilling Unit and Regulatory Compliances

• Appendix 2: Fitness for Purpose of the drilling unit/ Safety Critical Equipment Certification

status

• Appendix 3: The Bidder shall submit details of his Management, Operating and Maintenance

systems and procedures with copies of their certification wherever applicable

• Appendix 4: Documentary evidence showing a demonstrable capability to mobilise and

commence work to meet OIL’s schedule as per the MWP. The Bidder’s experience in mobilising

on schedule / Current and potential workload/ Past Contracts performance/ Specific rig

performance details shall be clearly stated

• Appendix 5: Documentary evidence showing that the Bidder has a comprehensive Quality,

Health, Safety and Environmental (QHSE) management system in place which demonstrates

adherence to Bidder’s QHSE commitments and Regulatory requirements. Details and copies of

their certification wherever applicable need to be submitted

Interested Bidders are requested to visit our website www.oil-india.com for further

details on the above and submit their Expression of Interest latest by 15.11.2013 till

15:00 Hrs ( IST) to the following address :

General Manager (CMC)

For Sr. Manager (C&P) (CEMG)

Oil India Limited, FC-24, 5th

Floor,

IT Infrastructure Building, Sector-16A,

NOIDA–201301 [email ID: cemg_c&[email protected];[email protected]]

For Any technical clarifications, interested parties may contact following person:

Mr. Ghana Gogoi

Head-CEMG(Project)

Oil India Limited, FC-24, 5th Floor,

IT Infrastructure Building, Sector-16A,NOIDA–201301

e-mail id: [email protected]

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 4 of 51

Annexure: 1

Broad Rig Technical Specification:

Bidder is requested to provide the updated IADC Complete Equipment list of the drilling unit

offered along with GA Drawings

Sl

no

Equipment/parameter Bid Requirement

1 Type of Rig Anchor Moored Drillship / Semi - submersible suitable for

operating in water depths between 400 meters to 900 meters

water depth. Rig should be capable of drilling Exploratory /

Development/ Re-entry wells, well completion and work-over

operations anywhere in East and West Coast of India. Rated

Drilling Depth capability of 7000 meter and capable of handling

Synthetic Oil Based Mud (SOBM)

2 Water Depth and Rig particulars

Water Depth 400 meters to 900 meters. Design and Operating parameters from relevant Class approved Marine Operations Manual to be submitted. Please indicate the minimum and maximum water depth the rig is designed for and presently outfitted with. OIL reserves the right to use the rig in lesser water depth if required. Design Criteria and Operating limits including limitation if any. Date of last dry docking:

Next dry-dock due:

3 Station Keeping 8 point anchor moored system Bidder to provide the technical specification of the Anchor system including details of Anchor Accessories ( Chasers, pennants and others) and Wire/Chain storage system. Bidder to assess the suitability of working in the East and West coast Indian offshore condition round the year with a suitability study from any of the Marine Warranty Surveyors like Noble Denton and Associates/Mathew Daniels International/ Falconer, Bryan & Associates Pvt. Ltd./ London Offshore Consultants/ John Lebouris at the time of submission of Technical Bid ( Block details and coordinates attached as

points of reference at this stage) Bidder to provide details of Towing arrangements (if applicable) and minimum Bollard pulls required with evidence from relevant sections from the Marine Operations Manual. Bidder to indicate fuel consumption per day in different modes of operations.

4 Drilling Depth and Capability

Rig should be capable of drilling exploratory/ development wells including directional & high angle wells up to a depth of

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 5 of 51

7000 meter.

Bidder to confirm that all the offered equipment are compatible

with the drilling depth and water depth rating of the rig as

required for safe operations of the rig.

Bidder to provide the details and capacities of the following:

1. Derrick details and Rating

2. Racking capacity

3. Draw works

4. Top Drive and accessories

5. Rotary Table

Rig should be capable of handling Synthetic Oil Based Mud

(SOBM) system.

5 Power Management and Distribution system

Adequate number of Engines, Generators, Compressors and Power Management system to supply power to Rig equipment and station keeping system are to be provided. Details of the adequacy of the separate high-pressure air system for the entire Rig Motion Compensating System to be provided. Details of the Emergency Shutdown System (ESD) to be provided. Suitably powered and distributed emergency generator should be provided. Bidder to specify the number of functions that could be carried out by the Emergency Generator. Bidder to provide last updated Engine and Power management system maintenance and repair records.

6 Variable Deck Load & Draft

Rig should have sufficient Variable Deck Load (VDL) capacity. To Provide details of VDL during: Drilling/Transit/Survival. The unit should be capable of storing well consumables, casing pipes, chemicals and other bulk material in addition to rig equipment, material and Third party equipment to allow uninterrupted operations. Rig should have a storage space for the following to allow uninterrupted operations in the remote areas and also during bad weather season when supply vessels cannot deliver material / bulk to the Rig. (a) Drill-water : 10,000 bbls (b) Pot-water : 3,000 bbls (c) Fuel oil: 5,000 bbls (d) Lube oil : as required(e) Bulk Cement: 9000 cu ft (f) Bulk Barite: 9000 cu ft During Field moves & Ocean moves no back loading of material should be required. Bidder to provide relevant sections from the latest Class

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 6 of 51

approved Marine Operations Manual on VDL and other load characteristics.

7 Accommodation Rig should have around 120 beds in single, double or four man rooms. Provision of around 30 beds for Operator and its service personnel is required. In addition minimum three Offices along with all communication facilities and desktop computer with internet connection, printer and other communication tools for Company men and Service company engineers are required.

8 High Pressure (HP) Mud system

Option 1: Minimum 3 nos 1600 HP Mud pumps and adequate arrangements for any of the pumps to work as Booster pump. Rated Working Pressure (RWP) of the High Pressure (HP) system to be 5000 psi. Option 2: 3 nos of 2200 HP Mud Pumps with RWP of the HP mud system to be 7500 psi. Option 3: 2 nos 2200 HP mud pumps with 7500 psi RWP HP mud pumping and manifold system and 1 no 1600 HP mud pump to be used as Booster pump. Cement lines & manifold: 15000 psi RWP cement line and manifold is required.

9 Mud Storage and Capacity

Low Toxic Synthetic Oil Based Mud (LTSOBM) or Water Based Mud (WBM) system is proposed to be used. Storage capacities required are: Active and Reserve Pits – around 3000 bbls, Brine Storage –around2000 bbls, Base Oil Storage around1800 bbls All mud tanks to be provided with mud agitators, bottom guns and drill water, Seawater and diesel supply lines. Mud Shear System: Rig should be equipped with Jet Shearing (HP) device including arrangement in the pits for fast shearing of WBM or LTSOBM polymers and Chemical mixing tank Hoppers: Minimum 2 nos. of hoppers for mixing chemicals and a deck hopper for mixing Salt along with suitable centrifugal pumps should be provided. Line arrangement should enable suction from and discharge to each tank. Sack Room : Adequate capacity sack storage room to store mud chemicals & LCM material along with Fork Lift for shifting the material. Transfer Pumps: Rig should be provided with suitable transfer pumps with time switches and flow meter. Trip Tank: Trip tank of suitable capacity complete with centrifugal pump and mud level indicator having sensitivity of ½ bbl readable from Driller’s station should be provided. Temperature rating of Low pressure mud processing system to

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 7 of 51

be indicated.

10 Mud Processing system • At least 3 nos Linear/Balanced Elliptical motion shale shakers with in-built scalping deck and 1 no Linear/Balanced Elliptical motion Mud Cleaning Shale shaker with adequate de-sanders and de-silters. Minimum G force to be 6 and replacement screens 20-250 mesh sizes and a flow rate in the range of 1500-1800 GPM combined ( Shaker specific flow charts for Capacity vs Mud properties to be clearly indicated)

• Vacuum degasser • Liquid Mud capacity to be around 3000 barrels ( Active and

Reserve) excluding Base oil and sand trap volume • Base oil capacity of around 1800 barrels with suitable

transfer pump • Separate Brine tank of around 2000 barrels with Brine

filtration unit commensurate with mud process layout and Suction and Discharge system

• Screen Washer: High Pressure, low volume water spray system.

• Two Centrifuges for low gravity solids control and Barite recovery

• Cuttings Drier and Augur

Hoisting/Rotating

system

Rig should be equipped with suitable rating and size of

equipment to drill and complete as per specified water

depth and drilling depth

11 Rotary Rig should be equipped with independent drive 49 ½” (minimum opening) Rotary Table of sufficient capacity and static load rating. Insert Bowls ( #1/2/3) and for all sizes of casings specified are required to be provided.

12 Draw works Minimum 3000 HP Independent Electric motor driven and with safety protection devices as required.

13 Top Drive Adequate capacity for the well depth and minimum Top Drive should have capability of delivering maximum RPM of 250 and Torque of 45,000 ft-lbs at continuous torque Pipe Handler: With minimum 85000 ft-lbs capacity

14 Pipe Handling Equipment and arrangement

Please specify Pipe Handling/Casing handling/ Offline pipe handling capabilities of the rig as outfitted with. Details of Casing Stabbing arrangement to be provided as per rig specification.

15 Riser Handling Equipment and Cranes

Rig should be equipped with 3 to 4 deck cranes of adequate capacity and Boom length to cover all deck area and Rig floor. Cranes should be able to off load from boats to lift standard Well material/Consumables/Third Party Equipment/Operator material including containers from both side of the rig. Rig should have suitable Handling system for efficient handling of Riser joints from deck to Rig floor or vice versa while running

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 8 of 51

in or pulling out Risers. Independent and self-contained riser handling system is preferred.

16 BOP 18 ¾” x 10000 psi stack. H2S trim As per Current and applicable API 16A and API 53 for Deepwater operations Bidder to provide BOP stack diagram and Control system schematic. Minimum 4 Ram Cavities (10,000 psi) and 2 Annular (5000 psi) (One of the Annular to be with LMRP stack). Bidder to provide details of the Variable Ram and Shear Ram and other arrangements with complete stack diagram. Bidder to provide the shear rams capability with documentary evidence. Stack Connector (H-4 profile) should have adequate bending capacity as per OEM manual and equipped with hydrate protection mechanism. The Connector should have provision of funnel down as well as funnel up arrangement. Rams should have locking provision and adequate hang-off capacity. Stack should have 4 nos. of 3” Choke & Kill outlets with two valves in each line as per API 53. The BOP Accumulator and control system should meet the requirement of latest relevant API standards. Details of Electro/ Hydraulic Control Pods ( Length outfitted with and when was it changed/repaired last) LMRP connector should have capability of high angle release. 21” OD x 50/70 ft.Length Riser System should include Telescopic Joint, Flex/Ball Joint and associated equipment. Maintenance of BOP equipment is the responsibility of the

Bidder at his cost. Please provide the Bidder’s company specific,

in line with API, BOP maintenance schedule. Details of last BOP

maintenance and BOP related downtime records to be

provided.

Diverter system: As per Current API standards, along with safe and efficient make up handling tools and accessories etc. Details of Diverter operations sequence of the rig to be provided. Riser should have provision of four lines for Choke, Kill, and Booster & Hydraulic fluid. Choke, Kill and Booster lines should preferably have 3”ID. The equipment should meet the

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 9 of 51

requirement of latest API Choke & Kill Manifold: Sour treated/H2S trim, 15M RWP C & K manifold and lines along with Control Panel as per API standard. BOP Test Unit: Unit to be capable of testing to 15000 psi and should have chart recorder. • BOPs older than 5 years should have valid Certification

from OEM/OEM authorised workshops and certification

should be valid throughout the entire period of

contract.

• Bidder to submit the latest copy of certification at the

time of submission of EOI for all the BOPs offered with

the Rig.

Description of BOP handling system and Moon pool size so as to be able to safely run in and pull out main BOP stack, Industry standard Mud Mats and other subsea and well testing equipment.

17 BOP control system As per Current API 16D and API 53 for Deepwater operations

With Secondary activation system capable of the following minimum, but not limited to, with ROV intervention: • Charge and Discharge stack mounted accumulators • Close at least one ram type preventer • Close Shear Blind ram • Unlatch LMRP connector • Unlatch Stack connector

18 Diverter System 49-1/2 KFDJ Diverter system and as per API 64 for Deepwater operations

19 Choke and Kill Manifold system

As per API 16C and H2S trim, 15K rated and with minimum 2 hydraulic chokes, two manual chokes with one outlet to the Burner system

20 High pressure system Mud circulation system with 5000/7500 psi RWP. Cementing manifold to be 15000 psi rated with cementing hoses 15000 psi RWP

Compensation System Bidder to provide documentary evidence that the

compensation system is adequate for the water depth

mentioned and other requirement for station keeping/

riser management/others as applicable. Details of the

separate system of HP Compressors to be provided.

21 Motion Compensation system

Drill string motion compensation to have minimum 600,000 lbs of Compensating load capability Minimum locked hook load rating as per drilling depth capacity.

Guideline and Pod line tensioners of adequate capacity ( if

applicable)

22 Marine Riser System The system should meet API RP 16Q requirement and with minimum 3” ID Booster line

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 10 of 51

Riser should be equipped with suitable Buoyancy system for operations in the above stated water depths. Rig should have Riser angle monitoring system. Riser Tensioner system should consist of at least 8 X 80000 lbs tensioners and capable of working with (non-cyclonic):

1. 40 knots wind speed 2. 2 knots surface current 3. 17 ppg mud weight

Bidder to provide the Riser capabilities from the Class approved Marine Operations Manual (Updated and latest) and last Riser Analysis as reference. In addition, Bidder to assess suitability from either Lloyd’s/DNV/Noble Denton that the system is suitable for the Indian offshore conditions and the sea state and mud weight specified above. Bidder to provide the rig specific Emergency disconnect system and procedures. Block Coordinates provided as reference at this stage.

23 Casing and Tubular management system

Casing policy envisaged to drill the wells would require use of casing sizes 40”, 36”, 30”, 20”, 16”, 14”, 13 3/8” , 10 ¾”, 11 ¾”,9 5/8”, 7 5/8”, 7” and 5”. All the handling tools and Bushings for these sizes are required to be provided with adequate redundancies and spares. Hydraulic Power Tong for sizes 5” to 20” to be provided. Bidder to provide Casing/Tubing Torque-Turn System for 9-5/8” size and below with facility to display and record turns, torque, time etc for analysis of joint make up.

24 Fishing Tools The Rig should be equipped with Fishing tools, i.e. Overshots, Junk Subs, Reverse Circulating Junk Baskets, Junk Mills, Taper Mills Magnets, Impression Blocks, Safety Joints, Fishing Jars, Jar Intensifiers, etc. for Bidder’s Tubulars for various hole sizes. (26”, 17 ½”, 16”, 13”, 12 ¼” , 8 ½” , 6”) and Casing Sizes mentioned are to be provided with the Rig. Suitable Bit Breakers for bits like, but not limited to, 26”,, 17½”, 14-3/4”, 12¼”, 8½”, 6” and 4-1/8” Bits.

25 Drill string and accessories

Bidder to indicate the availability of drill string (last inspection date to be given). Quantity expected as below: 5”/5-1/2 – 6,000 m 3 ½” DP – 1000 m 5”/5-1/2”HWDP – 30 jts 9 ½” D/C – 6 jts 8” D/C – 30 jts 6 ¼” / 6 ½” D/C – 30 jts 4 3/4” D/C – 30 jts 3 ½” HWDP – 18 jts

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 11 of 51

All Drill pipes in Range-II, new/premium class as per API RP 7G and other applicable API standards on tool joints and other properties. Tool joints having hard banding of non-abrasive, non-tungsten carbide material applied countersunk and flushed with tool joint and minimum inspection as per DS1, category IV. All handling tools for the above Tubular to be provided with adequate redundancy and spares

Iron Roughneck for Tubular (3-1/2 to 9-1/2) to be provided. Hydraulic Tubing Power tong for 2-3/8” to 4-1/2” Size tubing to be provided. Minimum 2 numbers of Drilling Jars and Bumper Subs each for

8”, 6 ½” & 4 ¾” having compatible connections to the Bidder

provided tubulars.

Casing scrappers for 5”, 7”, 9 5/8”, and 13-3/8” casings with

redress kit.

Multi-string Cutter with Marine Swivel should be provided for

36”, 20”, 16”, 13.3/8”, 9.5/8” and 7” Casings.

Hole Openers with cutter selection and “Bull nose” options:

i)Concentric Hole Openers – for Hole Sizes - 42” & 17- ½”

ii) Eccentric Hole Openers for hole sizes – 17” - 22”, 14-1/2” –

17-1/2”, 10-5/8” – 12-1/4”

Under-Reamers with cutter selection: Sizes 20”-17”, 17-½”-12-¼”, 12-¼”-10 5/8”

26 Cementing unit Electric Motor / Diesel Engine driven Horizontal Twin Pump Cementing Unit with appropriate Plunger sizes and pumping pressures. Cementing Unit should have RCM / PSM/ ADC or equivalent recirculating system complete with all accessories and 100 barrel Batch Mixers With 15000 psi rated pumping manifold

27 Well Testing system The Rig should have two numbers flare booms (minimum 60 feet length) on starboard and port side of the rig with fixed flow lines for well testing from Rig Floor. With separate and dedicated compressed air system.

28 Water Maker Water maker of adequate capacity of around 50 tons per day

29 Helicopter and Re-fuelling system

Helideck should be suitable for landing / take-off of Sikorsky S-61 equivalent Helicopters and should have valid Class certification and CAP 437 compliant and heli-refuelling system with adequate safety measures.

30 Safety, Fire-Fighting and Life Saving Equipment

Rig should be provided with all Safety, Fire-Fighting, Gas detection and Life Saving equipment as per the requirement of SOLAS, IMO and other relevant standards / regulation.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 12 of 51

Rig should be equipped with Detection equipment to detect Combustible and Sour gases as per international practices. Bidder to provide Class approved Safety Plan ( LSA/FFA and others)

31 Communication Equipment

Adequate communication equipment as per the requirement of International Marine regulation and practices are to be provided with the unit for the following (a) Rig—Shore base communication. (b) Short range field communication. (c) Ground to air communication. (d) Emergency distress communication. (e) Rig P & A system (f) Facsimile, Telex equipment. (g) E-mail (h) Photocopier

32 Data Acquisition Recording & Transmission System

Rig should be equipped with advanced drilling data acquisition: Recording and Transmission system with capability of Real time transmission of all drilling and vessel positioning data to base at OIL designated offices at Delhi/Chennai/Tuticorin/Duliajan. The system will also be required for real time transmission of data Mud Logging/Wire line Logging/ LWD/MWD data and others.

33 Air Conditioning system Suitable ventilation and air-conditioning system. Please provide the HVAC plan of the rig.

34 Coring Tools 1 set of 6¾” x 4” x 60 ft Core barrel along with metal inner barrel liner system. The inner barrel liner system can be partially (half) or fully open/closed so that the recovered core can be examined for quick well site analysis and sampling, if required. Complete with handling tools, stabilizers and all accessories.

35 Crossovers and accessories

All Substitutes matching to Bidder’s drill string, fishing tools

and Bidder supplied equipment and for bits, as per the Casing

Policy to be used. There should be minimum two no. of each

substitute and bit subs. The bit sub should be bored for float

valves.

Bidder to provide float valve compatible with different sizes of bits

36 Environmental Unit should be near-Zero discharge and rig specific plans for waste containment for Mud/Dirty oil and others like Suitable Sewage Treatment Plant to be provided. Bidder should provide the Class approved rig specific Garbage Management Plan (GMP), SOPEP and any other relevant data

37 SOBM compatibility and handling facilities

Rig shall be equipped with suitable SOBM equipment and

materials commensurate with scope of work requirements like

Compatible elastomers, Compatible flexible hoses, Drains from

the rig floor leading up to holding Pit/Tanks, Pressure washers,

Mud vacuum for SOBM cleaning, Mud savers and others.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 13 of 51

38 Third Party Equipment The Rig should have space for installation of OIL provided Third party services like Mud Logging unit, Production testing equipment, Wire line Logging Unit and others. Bidder to provide General Arrangement of deck area indicating the designated space for the installation of Mud Logging unit, Production testing equipment, Wire line Logging Unit and others and Power source available with provision for supply of water/diesel/air as required.

Indicative list, but not limited to, list of API standards:

API Spec 4E Specification for drilling and well servicing structures

API Spec 4F Specification for drilling and well servicing structures

API Spec 5CT Specification for casing and tubing (combination of former specs 5A, 5AC, 5AQ

and 5AX - Casing and tubing requirements)

API Bull 5C2 Bulletin on performance properties of casing, tubing and drill pipe

API Spec 5D Specification for drill pipe (combination of specs 5A and 5AX, drill pipe

requirements)

API Bull 5A2 Bulletin on thread compounds for casing, tubing and line pipe

API RP 5A5 Recommended practice for field inspection of new casing, tubing and plain end

drill pipe

API RP 5C1 Recommended practice for care and use of casing and tubing

API Spec 6A Specification for valves and well head equipment

API Spec 6D Specification for pipeline valves (steel gate, plug, ball and check valves)

API Spec 7 Specification for rotary drilling equipment

API Spec 7B-

11C Specification for internal-combustion reciprocating engines for oil field service

API Spec 7F Specification for oil field chain and sprockets

API RP 7G Recommended practice for drill stem design and operating limits

API Spec 7J Specification for drill pipe/casing protectors (DP/CP)

API Spec 8A Specification for drilling and production hoisting equipment

API Spec 8C Specification for drilling and production hoisting equipment (PSL 1 and PSL 2)

API RP 8B Recommended practice for hoisting tool inspection and maintenance

procedures

API Spec 9A Specification for wire rope

API RP 9B Recommended practice on application, care and use of wire rope for oil field

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 14 of 51

service

API Spec 13A Specification for oil well drilling fluid materials

API RP 13B Recommended practice for standard procedure for field testing drilling fluids

API Bull 13C Bulletin on drilling fluids processing equipment

API RP 13E Recommended practice for screen cloth designation

API RP 13G Recommended practice for drilling mud report form

API RP 13I Recommended practice, standard procedure for laboratory testing drilling fluids

API RP 13J Recommended practice for testing heavy brines

API RP 49 Recommended practices for safe drilling of well containing hydrogen Sulphide

API RP 53 Recommended practices for blow out protection equipment systems for drilling

wells

API RP 54 Recommended practices for occupational safety and health for oil and gas well

drilling and servicing operations

API RP 59 Recommended practices for well control operations

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 15 of 51

Annexure 2

Provide a complete work class ROV, Personnel and Services to support deep water drilling

operations in water depths 400m to 900m. The offered ROV, Personnel and Services shall be

capable of providing uninterrupted drilling support and performing work tasks as detailed

below on continuous basis as and when operation demands.

The offered ROV should be capable of performing the following indicative tasks:

Sl. No. Work Tasks

1 Seabed inspection for inclination and debris

2 Recording of events in PAL/VHS or advanced format

3 Observe bulls eye and other Riser angle measurement if applicable

4 Assist in Spudding the well and Top hole drilling

5 Monitor different drilling activities

6 Monitor return during cementation and displacement, Collect cement samples and measure distances

7 Observe shallow gas / shallow water flow during drilling

8 Assist with drilling activity

9 Assist in re-entry of Drill String, Casing, Setting guide bases

10 Assist while running and landing casing and guide bases

11 Observe and assist during Running and pulling out of BOP & LMRP

12 Observe and record leaks in hydraulic system

13 Assist in cement top up job

14 General inspection and cleaning

15 Cut wire ropes and soft slings

16 Removal of protection caps and covers

17 Provide hot stab BOP intervention system for minimum 5 functions

including all the suitable tools, fittings, male & female stabs and

manifold and intervention pump etc. The output pressure of the stabs

should be adjusted within the operating pressure range of the BOP

control unit of the rig over ambient pressure.

Secondary activation system capable of the following minimum, but not limited to, with ROV intervention • Charge and Discharge stack mounted accumulators • Close at least one ram type preventer • Close Shear Blind ram

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 16 of 51

Sl. No. Work Tasks

• Unlatch LMRP connector • Unlatch Stack connector

18 Install and remove AX, VX, Laurent ring gaskets and other repair jobs

19 Operate ROV hooks and shackles

20 Operate mechanical locking mechanisms with manipulator

21 Operation of various valves with manipulator

22 Inspect and clean guidepost receptacles if required

23 Install and retrieve guideposts and guide wires if required

24 Inspection and cleaning of wellhead

25 Observe and assist when running and recovering various equipment and tools.

26 Locate and recover lost items

27 Current Recording

28 Temperature Recording

29 Laying and retrieval of Transponders

30 Any other Sub - sea related tasks felt necessary by OIL for drilling and completing wells efficiently within the system’s accepted capability

The ROV and the launch and recovery system should be capable of launching ROV, undertaking

operations as required and recovering the ROV in operating environmental conditions of drilling

rig.

EQUIPMENT SPECIFICATIONS:

The ROV shall be capable of completing the Scope of Work as mentioned above under the specified condition and shall include, but need not be limited to the equipment and features as under:

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 17 of 51

Manipulators

• 1x7 function manipulator

• 1x5 function manipulator

• (2x7 function will also meet the requirement)

Camera

• 2x colour and 1x black & white low light video camera with pan & tilt

Scanning Sonar System

Lighting system adjustable to suit the range of under water visibility.

Depth sensor accurate to +/- 0.5 m

Certified explosion proof color video monitor for drill floor to allow observation

Tether Management System (TMS) & Cage

Probe to measure temperature

Current Meter

Actual Job Execution:

• Bidder shall undertake all the jobs as mentioned in scope of work by providing a suitable

ROV and services, associated equipment, required tools and personnel.

• Bidder shall be solely responsible for equipment, materials and supplies, for its adequacy,

inspection, testing, maintenance and replacement and shall also provide all necessary

software and/or programs required for the proper performance of the work.

• Bidder shall maintain adequate stock of spare parts and consumable for the ROV systems

onboard the rig to ensure continuous operations.

• Bidder shall engage minimum 1 x supervisor and 2 x technicians on board the rig for safe &

uninterrupted operation of ROV during the entire duration of contract.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 18 of 51

Annexure 3

Block Coordinates

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 19 of 51

Appendix 1

Rig History / Status of Drilling Unit and Regulatory Compliances

Sl.

No

Description Details Remarks

1 Name of Rig Owner

Rig Design

Year Built/Shipyard/MODU code for Construction

IMO Number

Flag/Classification Society

Details of Previous Owners/Previous names if any

History of Major Dry docks/Up gradations/Unscheduled shipyard work (And reasons)

Details of major hazards/complications/Downtime during last five years

History of Operators the rig has worked for/ water depth/well depth/geographical areas/others

Major achievements / Awards during last 5 years

Sl.No Class Certificate Issued

On

Validity Annual

Endorsement

done on

Next Annual

Endorsement

due

Remarks

1 Certificate of Registry

2 Safe Manning Certificate

3 International Tonnage Certificate

4 International Load Line Certificate

5 MODU Safety Certificate

6 International Oil Pollution Prevention Certificate (IOPP)

7 International Sewage Pollution Prevention Certificate (ISPP)

8 International Air Pollution Prevention Certificate (IAPP)

9 International Ship and Port facility Security (ISPS)

10 Radio Station Licence

11 Safety Management

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 20 of 51

Certificate and Document of Compliance and latest Continuous Synopsis Record ( if MODU is self-propelled)

Sl.No Other Survey Details Last Survey Report Remarks

1 Hull and machinery

Survey

2 UWILD (Dry-docking

Survey)

3 Latest Annual Radio Survey

4 Latest EPIRB Inspection & Test Report

5 Latest Annual Fixed and Portable FFA and LSA report

6 Latest Annual Crane Inspection/Cargo Gear and Lifting gear report

7 Latest Annual Derrick Inspection report

8 Latest Annual Calibration: Fire / Gas Detection System Inspection report. Latest Annual Calibration of pressure gauges/load cells of safety critical equipment/Pressure relief valves

10 Class approved helideck Drawings and report

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 21 of 51

Appendix 2

Verification of Fitness – for - Purpose of the drilling unit/ Safety Critical Equipment

Certification status:

Verification of Fitness of Offshore Drilling Rigs – Rule 30 (Oil Industry Safety Directorate – OISD*). Bidder to provide the Certificate of Conformance for all the major systems as enumerated below: Note: BOP and other well control equipment on offshore rigs is certified / recertified by OEM or OEM authorized facility only as per specific OISD requirement.

S. No. Equipment Verification requirements Reference

Standard

Present status of the

Safety Critical systems

of the MODU

1. Drilling structure, drill floor, sub structure, lifting equipment.

A. Derrick / structures

(i) Structures have been designed and fabricated by manufacturers as per API Spec 4F or equivalent. This verification should include structural safety level (refer sections 6 and B.6 of API Spec 4F).

(ii) Different categories’ inspection(s) of derrick, structures and drill floor have been carried out as per section 6 of API RP 4G or equivalent and OEM’s recommendations, besides NDE as considered necessary.

(iii) Repair and modification of structures (if carried out, based on inspection) have been carried out as per section 7 and 8 respectively of API RP 4G or equivalent and OEM’s recommendations. Quality control of repair and modification has been ensured in line with requirements of section 11 of API SPEC 4F or equivalent.

B. Drilling equipment

(i) Installation, inspection and maintenance of IC

API Spec 4F (3rd Edition 2008) API RP 4G (3rd Edition, 2004) API RP 4G(3rd Edition, 2004) API Spec 4F (3rd Edition 2008) API Spec

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 22 of 51

engines have been carried out as per API Spec 7C-11F or equivalent and OEM’s recommendations. For minimizing potential fires and/or explosions in the operations of IC engines requirements given in Appendix A of API Spec 7C-11F or equivalent, are being followed. Functional testing of safety devices and emergency stop function has been carried out.

(ii) Design, inspection and operating limits of drill stem components is as per API RP 7G or equivalent.

(iii) Design of drilling equipment (rotary equipment, slush pumps, power tongs and draw works) is as per API Spec 7K or equivalent.

(iv) Inspection, maintenance and repair of rotary equipment, slush pumps, power tongs and draw works has been carried out as per API RP 7L or equivalent and OEM’s recommendations. Inspection has included NDE and/or opening of equipment as considered necessary. Functional testing of safety devices and emergency stop function has been carried out.

(v) Design of drilling hoisting equipment is as per API Spec 8A and API Spec 8C or equivalent.

(vi) Inspection, maintenance and repair of hoisting equipment are as per API RP 8B or equivalent and OEM’s recommendations.

7C-11F (5th Edition 1994) API RP 7G API Spec 7K API RP 7L API Spec 8A and API Spec 8C API RP 8B

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 23 of 51

Inspection of hoisting equipment has focused on structural integrity and personnel protection. Category III and IV inspection has included NDE / MPI and/or opening of equipment as considered necessary. Functional testing of safety devices and emergency stop function has been carried out.

(vii) Minimum requirements and terms of acceptance of steel wire ropes as per API Spec 9A / ISO 10425 or equivalent are being followed.

(viii) Field care (inspection) and use of wire rope and evaluation of rotary drilling line has been carried out as per API RP 9B or equivalent.

(ix) Inspection of piping and piping systems has been carried out as per API RP 570 and API RP 574.

(x) Pressure vessels have been inspected externally and internally; thickness measurement / crack detection tests have been carried out as deemed necessary. Pressure testing at a pressure equal to maximum allowable working pressure has been carried out. Safety valves / instrumentation have been tested.

API Spec 9A / ISO 10425 API RP 9B API RP 570 and API RP 574

2. Well Control Systems: blow out preventers, diverters, marine risers, choke and kill system, control systems for well control equipment.

A. Design of drill through equipment / blowout prevention equipment – ram and annular blowout preventers, hydraulic connectors, drilling spools, adaptors etc.

API Spec 16A (3rd Edition 2004) / ISO 13533 ( 2001) API RP 53

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 24 of 51

is as per API Spec 16A / ISO 13533 or equivalent. Records of maintenance (including major inspection as per section 17.10.3 of API RP 53 and OEM’s recommendations) have been reviewed. Installation and testing (complete performance testing including functional and pressure tests) of blow out control equipment is being carried out in line with API RP 53 or OISD-RP-174 or equivalent.

B. Design and maintenance of diverter systems is as per API RP 64 or equivalent. Inspection and testing of diverter systems has been carried out as per API RP 64 or OISD-RP-174 or equivalent.

C. Design of choke and kill systems is as per API Spec 16C or equivalent. Pressure testing of choke and kill systems is being carried out in line with API RP 53 or OISD-RP-174 or equivalent. Flexible choke and kill lines and choke manifold are inspected as per section 17.10.3 of API RP-53(3rd Edition 1997) and OEM’s recommendations.

(3rd Edition 1997) or OISD-RP-174 API RP 64 or OISD-RP-174 API Spec 16C API RP 53(3rd Edition 1997) or OISD-RP-174

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 25 of 51

D. Design of control systems for well control equipment and diverter equipment is as per API Spec 16D and API RP 53 or equivalent and performance requirements/ testing, inspection and maintenance is as per API RP 53 or OISD-RP-174 or equivalent and OEM’s recommendations.

E. Marine drilling riser systems for floating drilling operations have been selected, operated and maintained in line with API RP 16Q or equivalent. Design, manufacture and fabrication of marine drilling riser system and associated equipment used in conjunction with a subsea blowout preventer (BOP) stack is as per API Spec 16F or equivalent. Design and standards of performance for marine drilling riser coupling is as per API Spec 16R or equivalent. Risers and riser couplings / joints are being inspected for wear, cracks and corrosion; thickness measurement has been carried out as required.

API Spec 16D and API RP 53 API RP 53 or OISD-RP-174 API RP 16Q API Spec 16F / API Spec 16R

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 26 of 51

3. Man riding equipment

Selection of man riding equipment is done ensuring that equipment is suitable for man riding operations, and the equipment are inspected and maintained regularly.

4. Station keeping systems: anchoring, mooring, dynamic positioning, compensator and disconnection systems.

Verify that MODU’s station keeping and stability characteristics are suitable for the environmental (including sea bed and soil conditions) and operating conditions envelope. Inspection and maintenance of mooring hardware is as per API RP 2I or equivalent and OEM’s recommendations; and design, manufacturing and maintenance of synthetic fiber ropes for offshore mooring is as per API RP 2 SM or equivalent.

API RP 2SK (for station keeping) MODU code(for stability) API RP 2I API RP 2 SM

5. Drilling fluid handling and cementing system

Physical condition of the equipment is satisfactory and instrumentation, safety alarms and pressure safety valves are being tested regularly.

6. Electrical Systems

A.Design and maintenance of electrical systems is as per IMO MODU code meeting requirements of industry standards API RP 500 or API RP 505.

B. Inspection and functional testing of emergency power system is being carried out.

MODU code API RP 500 API RP 505

7. Safety systems (exclude items which are covered by MODU safety certificate, provided the rig has valid MODU safety certificate)

A. Inspection and testing of the following safety systems is being carried out periodically: -Fire detection system -Gas detection system – HC and H2S -Drilling operations related alarm system -Life saving appliances -SCBA -Gas measuring devices

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 27 of 51

-Firefighting system -Communication systems B.Safety systems are as per MODU code requirements, as applicable.

8. Cranes (If classed certificate notation does not cover cranes)

A. Design and testing of pedestal mounted offshore cranes are as per API Spec 2C or equivalent.

B. Operations and maintenance of offshore cranes are as per API RP 2D or equivalent. Inspection has focused on structural integrity and includes: -Blocks and sheaves -Wire ropes and end attachments -Hooks -Bearings -Shackles -Securing arrangements -Support structure -Axle pin and housing

A. Inspection and function testing has included: -Correct adjustment of brakes -Resistance measurement of electrical systems -Leakages in hydraulic systems

B. Load charts have been verified by carrying out load tests as per applicable requirements. Functional testing of safety devices and emergency stop function are being carried out.

API Spec 2C API RP 2D

9. Helideck (If classed certificate notation does not cover helideck)

Inspection has included: -Structural integrity of deck and supporting structure -Surface of deck -Obstacles and marking -Safety net -Fire safety arrangements

The validity of certificate shall be 5 years, provided follow up midterm survey / inspection is

carried out within 3 years period from date of certification.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 28 of 51

Bidder to comply verification of fitness of offshore drilling rigs as per OISD guidelines note on

Rule - 30 on “Verification of fitness of offshore installation” pertaining to offshore drilling rigs,

and other pertinent rules available on OISD website www.oisd.gov.in. The attached list of Rule 30

elements is as prescribed by OISD on the date of publication of EOI.

OISD*: Bidder may note that Oil Industry Safety Directorate (OISD) is a technical directorate

under the Ministry of Petroleum and Natural Gas (MoPNG), Government of India, that

formulates and coordinates the implementation of a series of self regulatory measures aimed at

enhancing the safety in the Oil & Gas industry in India.

It is a mandatory requirement to submit all relevant documents required under Schedule IV and

other applicable rules for compliance of Petroleum & Natural Gas (Safety in Offshore

Operations) Rule 2008 issued by MoPNG. Bidder, through OIL, needs to obtain “Consent to

Operate” from OISD prior to start of operations offshore.

**Bidder needs to comply with other applicable regulations of Government of India like Ministry

of Defence permission, Customs and other regulatory requirement prior to start of operations

offshore.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 29 of 51

Appendix 3

Bidder to provide relevant Copies / Indices of Management System, Resources, Standard

Operating Procedures, Maintenance Management System and others.

The following documents must mandatorily be submitted : • A description of all Bidders’ facilities / manpower involved to execute the safe operations in

line with the defined scope of work. Detailed Company information with Organisation structure, List of manpower with CVs of key personnel, other facilities and resources to be provided for assessment.

• Company specific Project Planning and Execution methodology for a project of this magnitude.

• List of all jobs under execution with the value of the Job and percentage completion (with particular emphasis on projects of similar magnitude carried out elsewhere in deepwater offshore).

• Detailed descriptions and specifications of Bidder’s equipment as per standard IADC equipment list • GA Drawings( including Main deck, Drilling package, Moonpool area, BOP stowage and

skidding locations, Riser storage and handling, Crane position and other relevant drawings)

• Rig specific Class approved safety Plan • Mud Mixing and Pumping system layout plan • BOP stack diagram and Control system schematic

• The earliest / latest availability of the Rig

• Anticipated date for next Rig certification (UWILD, dry dock, others)

• Confirmation that BOP certification will be valid for the firm period of work programme

• HSE policy and implementation procedure in line with internationally accepted practices with HSE statistics.

• Quality assurance and Quality control practices currently in place for execution of similar work/services.

• List of Standard Operating Procedures / Maintenance Management System / Emergency Response Plans / Training and Competence Manual / Environmental Management System / any other documents as supportive evidence of Bidder Management System

• Copies of IADC membership/Valid certifications with respect to Quality/Environment/occupational Health from DNV/BV/LIoyds/Equivalent

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 30 of 51

Appendix 4

Appendix 4 (i)

Current and Potential workload: Please fill up the following table with relevant data

and documentary evidence

Client/ Project/ Nature of service

Progress as on date of submission of EOI

Contract value Million USD

Type of activity

Peak man power

Role Award date

Planned Completion date

Was the mobilization was on time and as scheduled

Major down time and reasons

Appendix 4 (ii)

Past Contract Details: Please provide the past three years contract details in the following

format with documentary evidence whereever required.

Client/ Project/ nature of services

Mobilization date vs contractual mob date

Contract value Million USD

Type of activity

Peak man power

Role Award date

Planned completion date vs Actual completion date

Was the rig owner (present/previous) has been blacklisted due to bad performance/non mobilization/non adherence to operator’s contractual terms and conditions/ breach of contract

Appendix 4 (iii)

Rig Performance Details:

Client/Project/Nature of

Services

Period of

extended

downtime

and

reasons%

Period of

planned

down time

%

Period of

unplanned

downtime %

Did any contract end in

before time/termination

due to performance?

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 31 of 51

Appendix 5

Documentary evidence showing that the Bidder has a comprehensive Quality, Health, Safety and Environmental management system in place which demonstrates adherence to Bidder’s QHSE commitments and Regulatory requirements. Details and copies of their certification wherever applicable need to be submitted.

NOTES FOR COMPLETION OF QUESTIONNAIRE:

1. Although intended to be a questionnaire of your company specific QHSE Management System, Bidders are requested to ensure that the answers they provide are focused against the activities indicated in this EOI. 2. Please provide answers to the individual questions in the space provided immediately below the question or in a separate sheet. 3. Any additional information should be provided on a separate sheet making reference to the relevant section and question number. 4. Since the questionnaire will be circulated within our organisation to personnel who may not be in possession of any associated safety or environmental manuals etc., please ensure that each answer is stand alone and self explanatory. 5. The questionnaire should cover the information required to assess the extent to which QHSE and its management is organized by the Bidder. 6. The Bidder should be advised to cover all (including support) relevant activities and not just those conducted on company sites. 7. The questionnaire should be validated by a responsible and senior Manager of the Bidder’s organisation prior to submission. 8. Emphasis should be placed on the need for comprehensive answers substantiated by supporting documentation as far as is practicable. Responses and any supporting documentation must relate specifically to the policy and organizational arrangements of the company that would be the signatory of any future contract. 9. Submissions would be assessed by in the evaluation process. 10. If necessary, follow-up discussion with the Bidder’s management and audit may be carried out based on the response. 11. The Bidder is encouraged to identify where he exceeds Industry safety requirements. Section 1: QHSE management system based on Leadership and Commitment

(i) Commitment to QHSE through leadership

a) How are senior managers personally involved in QHSE management b) Provide evidence of commitment at all levels of the management c) Does your top management personally demonstrate commitment towards QHSE

with initiatives like review meetings, site visits, reward and recognition program and others

d) How do you promote a positive culture towards QHSE matters? Section 2: Policy and Strategic Objectives

(i) QHSE policy documents

a) Does your company have a QHSE policy document? If the answer is YES please

attach a copy.

b) Who has overall and final responsibility for QHSE in your organization? c) Who is the most senior person in the organisation responsible for this policy being

carried out at the premises and on site where his employees are working? Provide name, title and experience.

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 32 of 51

(ii) Availability of policy statement to employees

a) Enumerate the methods by which you have drawn your policy statement to the attention of all your employees?

b) What are your arrangements for advising employees of changes in the policy?

Section 3; Organization, Responsibilities, Resources, Standards and Documents:

(i) Organization – commitment and communication

a) How are management involved in QHSE activities, objective setting and monitoring? b) How is your company structured to manage and communicate QHSE effectively? c) What provision dose your company makes for QHSE communication meetings?

(ii) Competence and training of managers / supervisors / senior site staff / QHSE

advisors

Have the managers and supervisors at all levels who will plan, monitor, oversee and carry out the work received formal QHSE training in their responsibilities with respect to conducting work to meet QHSE requirements? If YES please give details. Please describe the content and duration of courses – In house or outside –and how is it measured for efficiency in meeting the objectives.

(iii) Competence and general QHSE training.

a) What arrangements does your company have to ensure new employees have

knowledge of basic industrial QHSE, and to keep this knowledge up to date? Do you have a mentoring system in place for new employees?

b) What arrangement does your company have to ensure new employees have

knowledge of your QHSE policies and practices? How does a new employee learn about his job responsibilities, emergency duties on board any installation after his recruitment?

c) What arrangements does your company have to ensure new employees have been

instructed and have received information on any specific hazard arising out of the nature of the activities? What training do you provide to ensure that all employees are aware of company equipment, operating procedures and maintenance standards?

d) What arrangements does your company have to ensure existing staff QHSE knowledge

is up to date? (If training is provided in-house please give details of content and course material and how is it peer reviewed)

e) What arrangements does your company have to ensure sub-contractors have

knowledge of your company specific QHSE standards and the client QHSE policies and procedures?

(iv) Specialized training

a) How have you identified areas of your company’s operations where specialized training is required to deal with potential job and equipment related hazards? (Please provide details of job specific trainings given.)

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 33 of 51

b) How do you deal with specialised work procedures involving radioactive material and other similar occupational hazards?

(v) QHSE qualified staff – additional training

a) Does your company have policies in place for updating/enhancing professional knowledge base of QHSE professionals on the rolls of the company?

b) How often do the QHSE professionals in your company undergo refresher trainings on the changes taking place in the industry

(vi).Assessment of suitability of sub-contractors / other companies

a) How do you assess: i. QHSE competence

ii. QHSE record of the sub-contractors and companies with whom you have a contract with?

iii. How does your company make provision (e.g. specialized staff or procedures) for obtaining approvals, permits and licenses as may be required for any work to be undertaken?

b) Does your company have a specific QHSE standards and guidelines for the sub

contractors? c) How do you ensure these standards and guidelines are adhered to and verified? d) Do you audit your sub contractors before, and during, contract execution?

(vii) Standards

a) Where do you spell out the QHSE performance standards you require to meet? b) How do you ensure these are met and verified? c) How do you identify new industry or regulatory standards that may be applicable to

your activities? d) Is there an overall structure for producing, updating and disseminating standards

Section 4: Hazards and Effects Management

(i) Hazard and effect assessment

a) What techniques are used within your company for the identification, assessment, control and mitigation of hazard and effects?

b) Does your company have a detailed procedure for hazard identification and risk assessment for the work you undertake? If YES attach a copy.

c) What proactive approach does your company undertake to the control of hazard and risk such as Behavioural Based Safety observations or for example STOP?

(ii) Exposure of the workforce

a) What systems are in place to monitor the exposure of your workforce to chemical or physical agents?

b) How often are they reviewed and how often are the tools and sensors checked/verified/calibrated?

(iii) Handling of chemicals:

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 34 of 51

c) How is your workforce advised on potential hazards (chemicals, noise, radiation, etc.) encountered in the course of their work?

(iv) Personal protective equipment:

(a) What arrangements dose your company have for provision and upkeep of protective equipment and clothing that is required for normal and specialized activities?

(b) If there is a company specific PPE policy and procedures, please attach a copy. (v) Environment Protection and Waste Management

a) What systems are in place for identification, classification, minimization and

management of waste? b) Is your company ISO 14001accredited and which is followed as the baseline for your

environmental management system? (If yes, please give a narration highlighting to what extent its being used)

c) Does your company records its environmental performance? (If yes, attach copy)

(vi) Drugs and alcohol

a) Do you have a drugs and alcohol policy in your organization? If yes, dose it includes the pre-employment and random testing? (Attach copy)

(vii) Occupational health

a) What system does your company have to manage, control and monitor the occupational

health issues? Is it certified for ISO 18001? b) Are your company employees required to undertake fitness to work checks? c) Are any of your company employees required to undertake specialized medicals for the

work they will undertake? d) Does your company have a risk register listing all occupational risk? (If, YES, please

attach a copy)

Section 5: Planning and Procedures

(i) QHSE or operations manuals

a) Do you have a company QHSE manual (or Operations Manual with relevant sections on

QHSE) that describes in details your company approved QHSE working practices relating to your work activities? If the answer is YES pleas attach a copy of supporting documentations.

b) How do you ensure that the working practices and procedures used by your employees on site are consistently in accordance with your QHSE policy objectives and arrangements?

(ii) Equipment control and maintenance: How do you ensure that plant and equipment used within your premises, on site, or at other locations by your employees are correctly registered, controlled and maintained in a safe working condition? (iii) Road safety management

a) What arrangements does your company have for combating road and vehicle incidents? b) What sort of aspects does your company have for road safety management?

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 35 of 51

c) What criteria does your company have for drivers before they can start work? d) What safety equipment does your company have or provide safety in its vehicles? e) What system does your company have to maintain its vehicles at a high roadworthy

standard? (iv) Emergency planning

a) Outline your Company’s arrangements for responding to emergency situations? b) Does your company have an organisational chart showing the specific chain of

command, the various responsibilities and duties of those involved in the emergency response organisation?

c) Does your company have a generic or specific emergency response plan for the work they will undertake including environmental incidents? If YES provide a copy.

d) Does your company have emergency drill procedure/frequency with mediVac procedures in-built into the total drill/exercise programme? ( if YES, please attach a copy)

e) Have personnel received appropriate training in their emergency response roles and responsibilities? How are new inductees trained in their respective roles and responsibilities?

f) Who is responsible for updating the plans and procedures and how frequently is this done?

Section 6: Implementation and Performance Monitoring

(i) Management and performance monitoring of work activities

a) What arrangement does your company have for supervision and monitoring of performance?

b) What type of performance criteria are used in your company; give examples c) What arrangements does your company have for sharing of findings of this supervision

and monitoring to your: a. Base management

b. Site employees

(ii) QHSE performance achievement awards

a) Have your company received any awards for QHSE performance achievement?

(iii) Statutory notifiable incidents/ dangerous occurrences

a) Have your company suffered any statutory notifiable incidents in the last five years

(safety, occupational health and environmental)? (Answers with details including dates, country, most frequent types, causes and follow up preventative measures taken.)

(iv) Improvement requirements and prohibition notices

Has your company suffered any improvements requirements or prohibition notices by the relevant national body, regulatory body for QHSE or other enforcing authority or been prosecuted under any QHSE legislations in the last five years? (If answer is YES please give details.)

(v) QHSE performance reports

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 36 of 51

a) Have you maintained records of your incidents and QHSE performance for the last five years? (If YES, please provide the following: number of fatalities, lost time injuries, lost workday cases, medical treatment cases and restricted workday cases, also include the fatal incident rate, lost time injury frequency and total recordable incident rate for each year. (NOTE: please include your company definitions of the above mentioned terms – IADC ISP or any other internationally recognised reporting system)

b) How is health performance recorded? c) How is environmental performance recorded? d) How often is QHSE performance reviewed and by whom? e) What leading KPI’s do you use to measure your performance?

(vi) Incident investigation and reporting

a) Who conducts incident investigations? b) Does your company have any specific Incident investigation methodology? c) How are the findings following an investigation, or a relevant incident occurring

elsewhere, communicated to your employees? d) Are near miss safety learning reported?

Section 7: Auditing and Review

(i) Auditing

a) Do you have a written policy on QHSE auditing? b) How does this policy specify the standards for auditing (including unsafe act auditing)

and the qualifications of auditors? c) Do your company QHSE plans include schedules for auditing and does the scope of the

audit parameters cover all critical areas of your operations? d) How the effectiveness of auditing is verified and how does management report and

follow-up audits?

Section 8: QHSE Management Additional Features

(i) Memberships of associations

Describe the nature and extent of your company participation in relevant industry/ trade, and governmental organization?

(ii) Additional features of your QHSE management

Does your company have any other QHSE features or arrangements not described else where in your response to the questionnaire? Section 9: Company Specific Information

Documents that should be attached with the questionnaire

Questionnaire reference Documentation/Information Attached(Y/N) 2(i) A copy of your Company’s QHSE

policy statement(s)

4((vi) A copy of your Company’s drug and alcohol policy

1(i) A overview of your Company’s QHSE management System

4(i) b Hazard identification and Risk

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 37 of 51

assessment Procedures 7(i)a QHSE auditing procedures 6(vi) Incident investigation and

Reporting procedures

7(i)c A copy of your Company’s most recent QHSE Action Plan and Audit Plan

2(i) b,c Copy of the roles and responsibilities of Senior management with QHSE responsibilities

2 (i) b, c Copy of your organisation chart

6 (v) Copy of your accident statistics for the last three years

4 (v) c, 4 (vii) d Record of Environmental performance / Occupational health risk register

Any other information you feel may support your proposal

SECTION 10: Rig audit report

Bidders are requested to provide their appropriate response to each of the following questions. There may be some duplicate questions to which you may have responded in earlier sections. This questionnaire will help us, based on a typical rig audit format, to gain a clear picture

of the drilling unit and its operational system readiness. We request you to answer each of the following question with due diligence.

Sl. No QUESTIONS RESPONSE

1 Company Management System Policies and Objectives

Are all the critical line leadership and crew aware of the Policies and Objectives of the Company?

Organisation, Responsibilities and Resources

The Organisation that defines and clearly establishes the structure, roles and responsibilities for setting and applying policy and for implementing the necessary work practices to achieve the objectives. Details to be provided to prove the existence of an effective and responsive organisation to meet OIL’s work programme: • Human Resource • Training • Operations • Procurement • Maintenance

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 38 of 51

• Engineering • Finance • Marketing • Quality, Health, Safety, and Environment and

Security (QHSES) Standards and Procedures

Arrangements, processes, procedures, specifications, work practices, etc that define how the Bidder intends to conduct its drilling activities while providing and maintaining a working environment where health, safety and environmental risks are adequately addressed and managed effectively.

Performance Monitoring

The arrangements the Bidder has in place for monitoring by supervisors and other line management to ensure that plans and operations are being implemented as intended and for measuring performance (periodic monitoring; incident reporting and analysis, behaviour based Observations and others. Verifying the effectiveness of HSE critical Activities/Tasks and Equipment/Systems

Management Review and Improvement

System for review and improvement of HSE strategy, resources, processes and systems to ensure the continuity to achieve HSE results is available

2 Emergency Response Plan (ERP) and Disaster

Management Plan (DMP)

Documentary evidence to demonstrate that emergency plans and arrangements are in place on board to provide effective response to all reasonably foreseeable emergencies (including environmental incidents) by • Identifying foreseeable emergency scenarios

and ensuring that for each scenario, emergency plans and procedures for both onshore and offshore are developed and maintained

• Having in place arrangements for calling on support from external agencies and resources

• Ensuring personnel are properly trained in emergency management (including spill response) as appropriate

• Establishing and maintaining a programme of drills and exercises to ensure that arrangements are regularly practiced and tested, including arrangements for reviewing and retaining records

Whether emergency contingency plan for rig

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 39 of 51

available? Do all persons know their responsibility?

How often mock drills are carried out?

Whether everyone is aware of Alarm systems and Emergency Shut Down system and operation?

How often emergency response plan reviewed by Key management?

Whether Disaster Management Plan (DMP) is prepared and available? Is there a bridging document available with Operator and how often is it reviewed?

How often the drill for DMP carried out? Whether all key personal are aware of the contents

and responsibilities given in the Disaster Management Plan?

Whether effects of disaster to other installations are included in the plan, e.g. damaged stability, loss of station-keeping, extreme environment, impairment of safety critical equipment and others

Collision with other vessels/platform Is there any procedure to coordinate/control the • Movement of approaching vessel • Keep away intruding vessel manned or un-

manned Whether Radar or Automated Identification System (AIS) available on board to monitor such movements. How often are they tested for fit for purpose tests.

Threat from external sources: is it defined and adequate mitigating procedures are in place

Whether the roles and responsibilities are defined in case of events like Kick / uncontrolled flow from well

Is there any procedure in place to identify drilling safety hazards associated with the well? Is there a rig specific Safety Case available/

3 Safety Management System (SMS) and

Procedures

Does the Bidder have an HSE Policy? If Yes, please attach copy.

Does the Bidder have a third party-certified Safety and/or Environmental and/or Occupational Health Management System? If Yes, please attach documentary evidence.

Does the Bidder have an HSE management system and HSE operating procedures and instructions? If Yes, please describe and provide supporting documentation.

Does the SMS take care of: • behaviour based safetyobservationprogramme • task-basedrisk assessment • Job Safety Analysis based on Standard

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 40 of 51

Operating Procedure • Toolbox Meetings

How Safety aspects of rig are reviewed by key executives? When the SMS was last reviewed?

Is there a HSE audit team constituted by the company and an example of its findings and Action Taken Report.

Overall responsibility for Health, Safety and/or Environmental matters in your organisation. (Please provide names, titles and an organisational chart).

Whether all major hazards of rig are identified and risk register maintained? Is there a rig specific Case study available? And periodicity of review

When the last risk analysis of rig was was carried out? • Any critical observation? • Whether all recommendations have been

implemented?

Whether any Internal Safety Audit was carried out by any team? • No. of recommendations indicated • Present status of implementations • Status of long pending critical

recommendations? • Any other recommendation informed by key

executive.

Whether safety meetings are conducted regularly by Senior Key executives like Asset Manager, Area Manager with OIM and critical Safety Leadership on board and how review is done

How the recommendations generated through above meetings are implemented and monitored?

Does the Bidder have an HSE performance incentive award scheme? If Yes, please provide description.

What is the system of monitoring safety aspects by Asset Manager and Area Manager and other senior key executives who are mandated by Company policy to be on board periodically? What is the Periodicity of such stay on board?

Does the SMS ensure that root causes are identified, preventive and corrective actions are identified and implemented? If Yes, please provide description.

Do you issue annual HSE report. If yes, please indicate frequency and provide copy of latest report.

Does the Bidder have a Policy and Program for Drug, Alcohol and Substance Abuse control. If Yes, please provide description.

Does the Bidder have procedures and/or

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 41 of 51

instructions for the proper identification, storage, handling, and transportation of hazardous materials?

Does the Bidder maintain on-site copies of Material Safety Data Sheets for all of its hazardous substances?

Are Bidder’s personnel trained in the proper handling of hazardous materials and emergency response?

Does the Bidder ensure that all personnel involved in the particular work task are informed of the HSE hazards and risks and of the risk management measures to be implemented? If Yes, please provide description.

Does your Company also have site specific Environmental Policy Objectives?

4 Training and competence

How the training needs of operating personnel are identified?

Is there a well-defined On-The-Job (OJT) training module followed by the rig and how is it implemented and reviewed?

Whether all persons on board have undergone survival at sea, fire fighting and first aid, HUET training? What is the company policy on the periodicity of trainings?

Does your company have pre-defined specific job related training requirement and how is it implemented? Details about job related training programme: who assesses/reviews and implements?

Whether training records are maintained at rig ?

Whether feed back after the training are obtained from the trained persons?

Is there any system available for the individuals to share information about safety, among themselves? Is there a company specific knowledge management and sharing, through intranet/or other systems?

Is familiarisation training imparted to personnel going to offshore for the first time?

Please attach the Training matrix of the Company

How the training programme for contractual persons is controlled?

5 Documentation for operation

Whether all Codes, Regulations and Standard Operating Procedure (SOP) pertaining to rig are available? How robust is the company system in dealing with changes mandated by classification

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 42 of 51

societies/regulatory bodies?

Whether rig specific Classification society approved Marine Operations Manual (MoM) is available with revisions well-recorded and followed?

Whether list of the manuals and registers as mandated by Classification society available at the rig?

List of documents kept at the rig/base?

Whether documents pertaining to detection and fire suppression systems are maintained at rig?

How is technical change/modification/alteration controlled? Examples of Management of Change (MoC) to be attached

6 Inspection & Maintenance

Details and flow diagram of the Computerised Maintenance and Management System ( CMMS) and how is it integrated across all the stakeholders on rig and base. How is the system geared to deal with the engineering complexities of mechanised and automated systems evaluated on the basis of risk assessment and managed through effective development and application of rigorous inspection, maintenance and operating procedures, and personnel competencies.

How does the CMMS address the following issues: • Identification of all rig equipment. • Manufacturer recommended maintenance

routines • Equipment taggingsystem and hierarchy • Recovery of historical maintenance records

• Product Information Bulletins from Original Equipment Manufacturers

Whether policy is available for inspection and maintenance of Equipment/Rig? (Preventive/Predictive/condition-based)

How inspection data are maintained and analysed for generation of recommendations?

Do you associate Original Equipment Manufacturer (OEM) for maintaining critical equipment?

Whether spares for maintaining equipment are available on time and any specific system for maintaining adequate spares for safety critical items is in place?

Who certifies the lifting equipment for their capacity?(Crane, chain pully block etc.) and periodicity. Is there a Lifting gear policy and procedure available?

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 43 of 51

What is the Inspection policy for critical Rotating/ Hoisting/Circulating system ( Category I/II/III/IV)?

Schedule / System of calibration ,testing and condition monitoring of safety critical equipment

Identification of • critical spares/consumables and their

optimum level inventory • spares having shelf life and their control • procedure to ensure quality of spares procured

from other than OEM • Well control equipment specific minimum

recommended spares from OEM/API and others

7 Detection System How many detectors are installed and available?

• Hydrocarbon Gas detector • Smoke detector • Fire detector • H2S detector • U/V detector

Whether all detectors are calibrated at recommended frequency?

Whether detectors are replaced as per manufacturer’s recommendations?

Whether record of each detector is maintained? Frequency of testing in routine?

8 Suppression System How many fire water pumps (FWP) installed and

available?

Whether all pumps are maintained in good running condition?

Whether all fire water pumps are in auto mode? Whether fire water lines are in good condition? What is the frequency of checking performance

parameters?

Portable fire fighting extinguisher

How many portable extinguishers are available?

Whether all extinguishers are checked as per the recommendation of manufacturer?

Whether record of checking is maintained at rig? Whether the quantity is sufficient at required work

places?

9 Life Saving Appliances (LSA)

• LSA plan • Crew trainingin LSA

• operationandmaintenance. • LSA plannedmaintenance

routines and recordingof work completed.

• Lifeboat person in charge(PIC) detailsto be published and presented during

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 44 of 51

inductions and safety meetings for each crew

• Plan,conductand record regular abandon rig drills in accordance to SOLAS requirement

• Ensure that all LSA areavailable for immediate deployment and fully operable

a) Life boats How many life boats are available? Whether all life boats are in good conditions? Whether sufficient life jackets are available near by

life boats?

Whether any record of inspection and maintenance of life boat is maintained at rig?

What is the frequency of maintaining davit system? Whether life boats are checked for sea worthiness?

What is the frequency of life boats lowering into the water?

Whether life boats are checked by third party/manufacturer representative?

How often is air cylinder pressure checked? Is emergency Lifeboat Transmitter regularly

tested?

Are emergency batteries in good working condition?

Are EPIRB/SART fully inspected and tested?

Are there two-way Radio Telephone Apparatus onboard? Are these maintained in satisfactory condition?

Are Lifeboats, Lifeboat equipment, Lowering equipment and associated items in good order?

Are lifeboat and life raft launching instructions displayed? Are these visible under emergency lighting condition?

b) Life Raft How many life rafts are available?

(requirement/available)

Whether life rafts are serviced as per MODU/SOLAS guidelines?

Are life-raft service dates in order? Are life-rafts fitted with Hydrostatic releases.

Are the hydrostatic release in good condition and properly attached?

c) Escape Mask Whether sufficient numbers of escape mask

available?

Escape mask availability for 15 minutes/30 minutes/60 minutes duration.

Whether self contained breathing apparatus are in working conditions? Test certificate & Pressure. Is there a Breathing Air

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 45 of 51

Compressor available on board? 10 Work Permit System

Is work permit system in use at Rig?

What is the system of checking and monitoring work permit during its validity?

Is there a system to ensure that all permit requirements are met before issuing permits?

Does the permit to operate system ensure that those individuals responsible for permit compliance are notified?

How many hot job permits are issued at a time? Are enclosed Space / Tank entry Permit

procedures identified and followed? When was it audited/reviewed last?

11 Management Of Change (MOC)

What changes are subjected to MOC process? (e.g. facilities, plant, systems, operating envelopes, organisation, environment, supporting functions)

Whether risk analysis is carried out while planning any modifications? How do you determine if a change is potentially significant?

Who approves the modifications plan? Who is involved in the multi-disciplinary MOC

review teams for potentially significant changes and how do you determine their competency?

How the change in well plan accounted in MOC? 12 Incident reporting & investigation

What procedures do you have in place for Incident investigation?

Who at the site are trained Incident investigators?

Whether external team investigate accidents and how the recommendations of finding are implemented?

Does incident investigation involve root / immediate cause analysis? Human factors? Management system and organisational failures?

Have major root causes been identified and action taken to reduce incidents in future? Documentary evidence of any particular major incident and how the system responded?

What is the system of reporting incident to corporate HSE? What are the Legislative/Regulatory/Class requirements relating to incidents, including reporting, maintaining records and investigation reports? How is this managed and by whom?

Is there any system available for dissemination of information to other Assets and to corporate HSE?

Who analyses the accident data for generations of recommendations?

Whether any analysis report and recommendation

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 46 of 51

are available at rig? How accident information of other installations

and alerts are informed to rig?

How accident report recommendations are implemented and what is the system of monitoring implementations?

Whether accident / incident data maintained for the rig?

Whether accident and incident data for all offshore installations, Rigs and Vessels etc are maintained at the base and circulated to all offshore units for information sharing?

13 Audits Who in the asset/company is the assigned audit

coordinator? Can you demonstrate the audit coordinator undertakes the following: • Prepare 5 yearly/Yearly audit scopes? Copies? • Maintain a register of approved lead Auditors

and Audit team members? • Maintains audit reports • Reviews reports for trends across the asset • Monitors and tracks recommendations

Whether internal audits are carried out by team constituted with different disciplines?

What is frequency of internal audit? What is your practice for drawing up and approving Terms of Reference (TOR) of the Audit?

When last internal audit carried out? How many recommendations of internal audit are

pending for implementations?

Who certifies the implementations of recommendations?

How any recommendations of QHSE Audit are pending?

Whether long pending recommendations are discussed in Safety Meetings?

How and by whom is periodic progress on priority actions provided to senior management?

14 Communication

What are the various communication systems available?

Whether all communication system are in operating conditions?

Whether emergency contact nos. available on board?

Whether communications systems available in the life boats are in working condition?

Whether all VHF devices available are in good working condition?

15 Health and Hygiene

Does the company have a third party certified Occupational Health programme?

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 47 of 51

Whether PME of all persons on board are carried out at regular interval and record maintained?

Is regular survey carried out to identify the occupational health and hygiene hazards?

Whether identified and defined occupational health centre/consultant is in place for offshore personnel?

Whether all persons on board have undergone first aid training?

Whether medical evacuation procedure and policy available?

Do persons loading barytes and other chemicals use masks and hand gloves?

Whether all hazardous/toxic chemicals used are marked and anti-dote mentioned/available?

Is eye-wash facility available at hopper area?

Is Oxygen Resuscitation Equipment available?

General House keeping Is there a Logbook of pest control activities at the

site?

What kind of Ventilation System exists? Is there a Smoking Zone?

What is the source of potable water?What is the frequency of water test for prescribed quality and whether you have an on-board test kit available/

Condition of water storage tank and Frequency of cleaning of water storage tank.

16 Environment

Does the company have a third party certified Environmental accreditation?

Are the guidelines of SOLAS/MARPOL followed for Environment Protection? (Oil/Garbage/Waste Disposal and protection of Ozone depletion)

What are the plans /checks for implementing these issues?

Do you have oil spill contingency plan?

Whether noise level is recorded in high noise area?

Whether employees use ear muff/ plug in high noise area?

Are means readily available for dealing with small oil spills?

Is there any warning or safeguard against Bilge Overboard Discharge being accidently opened?

17 Helicopter Safety

Whether Helideck is properly painted and marked

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 48 of 51

with the required sign?

Whether all fire fighting facilities are available at Helideck as per design and regulatory requirement?

Whether Helideck net condition is satisfactory?

Rescue kit is available at the helideck.

All Helideck lights are in operation and available.

Fire fighting kit is available and is used during Helicopter landing

Helideck Landing officer (HLO) and Helideck Landing Assistant (HLA) are trained for the assigned job

If ATF pumping facilities available, are these regularly inspected and record maintained.

All person on board are aware of safety related issues with respect to landing and take-off

How is stoppage of crane ensured during chopper operations?

How many average landings are performed daily?

18 Other Loss Control measures

Whether adequate safety sign, markings are provided?

Whether all piping are marked with proper colour codes?

Is painting policy for painting structure and piping is available?

When the rig was last painted as per policy?

Are Rigside and other Guard Rails in satisfactory condition?

Is general Hull condition satisfactory? Is general condition of Deck and Fittings

satisfactory?

Is general condition of Superstructure satisfactory?

Condition of ladders, stairs, railings and gratings etc.

Whether list of documents and registers maintained at installation is available?

Whether checklist for monitoring equipment condition on daily basis is available?

Whether all machinery with rotating parts are adequately guarded?

How records of safety circulars are maintained at platform?

How the Safety of visitors is ensured? 19 Well Control Equipment and procedures

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 49 of 51

Does your company have a Well Control Manual

and procedure in place? What is the well control philosophy?

Does your company have a policy for re-certification by OEM/OEM authorised workshops in place?

Does your company have a resource-sharing system to ensure redundancy in case of failure and subsequent speedy replacement of affected parts?

Do you have specific BOP test programme( Function test and Pressure test frequency) Testing frequency based on certain standards or well specific? How often BOP/Trip drills are carried out?

Status of main control/remote control panel Are all electrical / pneumatic control systems operational?

Could the rig emergency power source run the following in the event of failure of main power pack during a well control operation going on? • Mud agitator • Mud mix or transfer pump • Fuel oil transfer pump • One shale shaker • Vacuum degasser motor

Subsea BOP Secondary activation system description in case of failure of primary BOP control fluid from surface, Emergency disconnect procedures

Testing, Operation ,Maintenance schedule of • BOP • choke and kill manifold • HP lines • FOSV and other surface well control valves • Bop control unit

Availability of related spares as per OEM recommendations

20 Lifting Gear

Procedure to address the management of lifting equipment certification. The procedure is to include, but not be limited to, the following: • Frequencies of examinations for fixed, loose

and man-riding equipment. • Requirements for a comprehensive register

of all lifting equipment containing but not limited to: • Unique identification numbers. • Equipment descriptions. • Certification details. • Location.

• Requirements for original load test

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 50 of 51

certification and current reports of thorough examination for all lifting equipment.

• Roles and responsibilities of the personnel involved in certification of lifting equipment and management of lifting equipment certification.

• Competency requirements of 3rd party examination bodies and personnel involved in managing lifting equipment certification.

Are the procedures understood by all concerned stakeholders?

21 Electrical Safety

Documented plan and review process to identify the requirements for maintaining the explosionproof (Ex)equipment.The plan and reviews to include,butmaynotbelimitedtothefollowing: • Hazardous area plan • Registerof all Ex- rated equipment • Maintenance requirements for the Ex-rated

equipment • Certification requirements for the Ex-rated

equipment

Scedule for inspection /testing of electrical Equipments?

Any incident on account of electrical shock/electrocution in last five years?

System for providing training on electrical shocks

SOP for Electrical maintenance activities available

Preventive maintenance schedules / major repair records / failure analysisfor critical electrical Equipment

Frequency of calibration / testing of generators, transformers, motors, protective relays and others

22 Engine Room

Are operational procedures for equipments clearly displayed near the equipment • Emergency Generator • Emergency Fire Pump • Compressed Air breathing apparatus • Emergency Transmitter • Oily Water Separator • Sewage treatment Plant. • Release procedure for fixed fire ext. system

(Co2, Halon, Foam) • Incinerator

EOI NO. OIL/CEMG/CY/EOI/001/2013 Page 51 of 51

Is Engine Room machinery in good condition with moving parts suitably guarded?

Are Procedures for Emergency operation readily available?

Are record of routine overhauls and running hours of Main engines and other machinery up-to-date?

Are Registers up-to-date for Main and Auxiliary electrical machineries?

Are all vent flaps and Funnel Dampers operational?

Is there any procedure for • Bunkering • Fuel oil samples

Are Engine Room Emergency Stops / Shut off operational and clearly marked?

Are Emergency Escape routes clearly marked?

Are Engine room bilges clean and free of oil?

Are Bilge high level alarms and E/R tank high / low alarms, as applicable, functional and calibrated?

Is condition of Emergency Generator or Batteries satisfactory?

Are communications with Bridge / top side control room satisfactory?

Are watertight doors in good condition and capable of being properly secured?

Is Engine Room Bilge Oily-water Separator in good working condition? How often is it checked?

END OF EOI DOCUMENT


Recommended