Bid Document for 2d Survey

31
Annexure-“A” TERMS OF REFERENCE (TOR) FOR NASHPA 2D SEISMIC PROJECT AGAINST TENDER ENQUIRY NO. PROC-FD/CB/EXPL-0238/2011

description

Bid Document

Transcript of Bid Document for 2d Survey

  • Annexure-A

    TERMS OF REFERENCE (TOR)

    FOR NASHPA 2D SEISMIC PROJECT

    AGAINST TENDER ENQUIRY NO. PROC-FD/CB/EXPL-0238/2011

  • OIL AND GAS DEVELOPMENT COMPANY LTD

    INVITATION TO BID SEISMIC REFLECTION SURVEY (PAKISTAN)NASHPA EL

    GUIDELINES FOR THE BIDDERS

    1. Oil and Gas Development Company Limited (Hereinafter referred to as the Company) intends to carry out seismic reflection survey in Exploration Lease Areas under petroleum concession agreement over onshore in NASHPA EL Punjab & Kyber-Pakhtoon Khwa Provinces and invites contractors to submit their firm proposals for conducting 2D Seismic Reflection Survey on turn key.

    2. Data acquisition will be for a work program of about 350 L. Kms ( 60 L. kms Nashpa south, 190 L. kms Nashpa Centre & 100 L. kms Nashpa west) . The program shall be carried out in proper and workman like manner as per international standards and in accordance with good geophysical practices and safety standards.

    3. For the purposes of carrying out the seismic survey, the contractor shall provide and maintain a basic operating unit consisting of personnel, equipment supplies and services adequate to carryout the survey on continuous basis.

    4. The basic operating unit shall be required to carry out the work on a continuous basis till accomplishment of the program.

    5. The contractor shall be required to comply with and conduct all operations in accordance with all applicable laws and Governmental orders, rules and regulations of Pakistan and of the Political Sub-Division, in which work is to be performed including, but, not limited to income tax laws and regulations, workmens compensation laws, employers liability laws, insurance laws, wage and working hours laws, safety rules and any regulations pertaining to the conduct of seismic operations in Pakistan.

    6. Contractor shall arrange for/provide and bear full costs of the following:

    6.1. Mobilization and demobilization.6.2. Basic operating unit, personnels salaries/wages, bonuses,

    allowances, other benefits prescribed by law, entities, facilities, accommodation, messing, social insurance, medical services, leaves, traveling and transportation, etc.

    6.3 All necessary land entry permits and fees and any other permits required by local authorities.

    6.4. All import licenses, custom duties, sales tax and surcharges, if any/ bonds for the entry and exit of all contractors equipment and supplies, port dues, octroi, handling expenses and agency

  • fees, contract registration fees and all other levies fees, taxes or charges assessed against contractor with the exception of all income taxes levied on contractors income and on the income of contractors basic operating unit personnel.

    6.5. All income taxes levied in connection with the contract on contractors income and on the income of contractors basic operating unit personnel whether in contractors home country or in Pakistan.

    6.6 All maintenance and repair of equipment which is part of basic operating unit.

    6.7 Magnetic tapes used by field recorders, monitor paper, chemicals, films and photographic paper, survey supplies such as beacons, cement and flagging including materials for survey pegs.

    6.8 Office / Warehouse rent, utilities, services and supplies, etc.6.9 Technical and logistic support and supervision.6.10 Furnishing of boarding and lodging in the field for four client

    representatives.6.11 Transportation facilities (two A/C fitted 4x4 vehicles) should be

    permanently reserved for client representatives in the field. The same should be planned and included in the bid.

    6.12 Delivery of all recorded data three (03) copies (on SEG-D) on tape cartridges (3480 / 3590 / LTO) and three copies in SEG-Y format on DVDs to OGDCL Head Office, Islamabad.

    6.13 All replacement costs of basic operating unit personnel deemed unqualified by OGDCL and of any unserviceable equipment which is part of basic operating unit.

    6.14 Settlement of all claims for land damages resulting from survey, which are caused by negligence on the part of contractors basic operating unit; personnel, equipment or by source (explosive etc)

    6.15 Primary survey control and material for permanent marks as required by OGDCL.

    6.16 Explosives, detonating cord, detonators and firing line including their transport to the area of operations, handling and storage including licenses for explosives, radios, transport and equipment, work permits, residence, visas and fees.

    6.17 Telephone/ Tele fax contact from field to OGDCL Head Office and as well as mobile telephone facility to OGDCL representatives in the field for the communication with OGDCL Head Office.

    6.18 Health, Safety & Environment: - The OGDCL expects that these issues will be handled with adequate care and the company has to be thoroughly satisfied prior to award of the contract.

    7. The Company shall pay contractor for services rendered within 60 days following the receipt of contractors monthly invoices.

    8. All disputes arising out of or concerning the contract between contractor and OGDCL or its validity, interpretation, performance or breach shall be governed by the laws of Pakistan and decided by application of the Arbitration Act, 1940. The venue of arbitration proceeding shall be in Pakistan.

  • 9. Your Technical and Financial Quote should be for Seismic Data Acquisition using Dynamite as source of energy.

    9.1 List of personnel (Expatriate and local staff/ labour proposed to be included in basic operating unit along with their qualification/experience).

    9.2 Detailed list of equipment including recording / mini computer, drilling units, survey, communication, bulldozers, workshop, camp and office etc. Also specify number of vehicles and their types to be employed for the operation and give details.

    9.3 Likely date of mobilization and commencement of work.

    9.4 Approximate duration for completion of the survey and complete schedule of work Programme in tabulated form.

    9.5 Work experience in Pakistan as well as in the area of operations (if any).

    9.6 The contractor is advised at its own expense and security arrangements to conduct reconnaissance of the area for knowing the actual topographic and other field conditions of the area.

    10. Standard insurance coverage to be taken out and kept in full force and effect for the full duration of the contract to cover all of contractors liabilities under the contract. And such insurance to be with insurance carriers and up to limits prescribed by law and satisfactory to the Company.

    11. Bidders may seek clarification from OGDCL before the Tender documents are submitted. However, once the tender document is received changes/modifications in the proposal will not be entertained by OGDCL unless they are by way of amplification of the bid and of no substantive nature and in any event do not involve a change in the commercial offer. Similarly OGDCL reserves the right to have discussions with any bidders in order to seek clarification and implication of the bid.

    12. Quotes received by closing date will be evaluated expeditiously and after approval of the joint venture partners, the successful bidder will be invited to finalize a draft contract in line with the broad basis outlines in this tender document and the quote of the successful bidder.

    13. The bid documents (Technical Quotation) must accompany a bid bond of equivalent to US $50,000.00 valid for 150 days, issued by a scheduled bank operating in Pakistan acceptable to OGDCL. Bids with out Bid bonds shall not be evaluated and will be considered as non-responsive however seismic operations of OGDCL is exempted from the bid bond for this invitation to bid if participates.

    14. OGDCL Reserves the right to accept or reject any offer without describing any reasons whatsoever.

  • LIST OF SCHEDULES

    Schedule A INTRODUCTION AND SCOPE OF WORK

    Schedule B TECHNICAL SPECIFICATION AND PARAMETERS

    Schedule C PERSONNEL AND EQUIPMENT

    Schedule D TEST AND QUALITY CONTROL STANDARDS

    Schedule E COMPENSATION / FEES

    Schedule F COMMUNICATION & REPORTS

    Schedule G HEALTH, SAFETY AND ENVIRONMENT

  • SCHEDULE A

    INTRODUCTION AND SCOPE OF WORK

    The Nashpa EL, Karak falls in District Mianwali and Attock of Punjab Province and District Kohat, Karak and North Waziristan Agency of Kyber Pakhtoon Khwa Province.

    Joint Venture Partners of NASHPA EL planned 2D seismic data acquisition program of about 350 L. kms in the South, Centre and Western part of EL.

    The planned program line locations will be provided for detailed scouting of the area. Upon award of the contract, the Contractor must check the locations of all the planned program lines for operational reasons,

    The main objectives of the new survey are as under.

    Acquire good data quality by optimizing acquisition parameters. Improve fault definition / imaging by optimizing the line

    orientation. To enhance image at reservoir levels for better drilling locations and

    development of the field.

    The priority of work is defined as under:

    1. Ist Priority Nashpa South2. 2nd Priority Nashpa Centre3. 3rd Priority Nashpa West

    SCOUTING OF THE SURVEY AREA.

    Contractors should conduct a detailed scout trip of the blocks to address, amongst others, the following issues prior to submission of the bid Proposal.

    1. Sufficient base station locations for the survey system, as required.

    2. Environmental impact of the survey.

    3. Evaluate effects and disturbance of the operation on the local habitats.

    4. Local logistics and infrastructure.

    5. Local legal framework, in particular for labour and safety regulations.

    6. Licensing permits and tax requirements.

    7 Explosive magazine requirement.

  • ~l ""', ~~ I! 8CFI.E 1.00000 = 4

    p

    '" ..

    Noshpo-SoJth20 Acqwsitian Plone-(oOL.Xrns)-2010\ ~ ~

    '" .

    Map of Nashpa South Block (60 L. Kms)

    BOUNDARY AREA COORDINATES NASHPA SOUTH 2D

    NASHPA SOUTH I 2D SEISMIC WORK PROGRAMME 2010

    LINE# SP# X(UTM-42) Y(UTM-42) LENGTH(KMS)NAP-101 201 736178 3663081 10.0NAP-101 301 742178 3671068NAP-102 201 734998 3663363 10.0NAP-102 301 740992 3671368NAP-103 201 733480 3663172 10.0NAP-103 301 739232 3671352NAP-104 201 731762 3662760 10.0NAP-104 301 736661 3671480NAP-105 201 739437 3663705 10.0NAP-105 301 730882 3668883NAP-106 201 740922 3665075 10.0NAP-106 301 732358 3670245

    TOTAL 60.0

    Proposed Seismic Lines

  • MAP OF NASHPA CENTRE 2D (190 L. Kms)

    CENTRAL NASHPA 190 L.KM 2D PROGRAMMELINE# PKT# X(UTM-42) Y(UTM-42)Nap-918 201 706425 3672399Nap-918 501 703706 3684602Nap-919 201 702347 3671197Nap-919 501 699628 3683906Nap-920 201 697731 3669870Nap-920 501 694917 3682547Nap-921 201 693147 3668542Nap-921 501 690365 3681756Nap-922 201 688721 3667309Nap-922 501 686856 3686214Nap-923 201 674052 3665697Nap-923 501 671966 3678532Nap-924 201 680786 3667625Nap-924 501 664505 3675307Nap-925 201 711617 3676856Nap-925 501 669222 3669690Nap-926 201 711524 3679769Nap-926 501 667095 3672603

  • .ss IJ 0

    JJ 100

    .53 /2' 0

    No.shf:O-West- 'CJCJLKm_20

  • GENERAL TERMS AND CONDITONS Contractors will prepare their bid in two parts i.e. technical proposal (part-I)

    and financial proposal (part-II) strictly in line with the instructions given in the TOR.

    The contractor shall be required to comply with and conduct all operations in accordance with all applicable laws and Government orders, rules and regulations of Pakistan and of the Political Sub-Division in which work is to be performed including, but not limited to income tax laws and regulations, and working hours laws, safety rules and any regulations pertaining to the conduct of seismic operations in Pakistan.

    TECHNICAL PROPOSALThe Technical Proposal of bidder should include the following documents/information, as the contractor shall have to meet the minimum technical eligibility criteria as per details provided in Schedule B, C & D. Bid bond amounting to US$50,000.00 as per detail given in Guide lines for the bidders. List and detail CV of Technical personnels (Expatriate and local proposed to be included in basic operating unit along with their qualification /experience) as per Schedule C.Technical detail and list of equipment as per Schedule C.List of test and quality standards as detailed in Schedule D. Complete schedule of work program. Approximate duration for completion of the Survey.

    Experience in similar type of survey areas (if any).

    A copy of their current safety manual, HSE Organization and sample of accident /incident reporting forms, together with details of their safety record for the past two years.

    Financial Proposal.

    Bidders should quote their charges in the financial bid strictly in accordance with the Schedule E.

    Technical Evaluation criteria mentioned in Annexure A at the end of TOR.

  • SCHEDULE B

    TECHNICAL SPECIFICATION AND PARAMETERS

    The Company requires that all seismic equipment for the survey to be in new or nearly new condition in particular the spread cables and geophone strings. Geophones receiver elements should not be more than 02 years old.

    All equipment proposed for the survey will be subject to audit for technical and safety before acceptance by the Company.

    Specification of all seismic and positioning equipment should also be furnished with the technical part of the bid proposal.

    Contactor shall submit the bid proposal for each of the block on the specified recording parameters as detailed below.

    PROJECT AREA NASHPA Volume of Work about 350 L. KmsRecording Parameters No of Channels 300Spread Symmetric SplitStation Interval 40 mSource Interval 40 m No of geophones / station 36 Fold 150Record Length 6 secSampling 2 m secNear Offset 20 mFar Offset 5980 m

    SOURCE PARAMETERS

    A: Dynamite Mode

    Single hole Pattern holes

    No. of holes 01 01 08 10Hole Depth 20 m 25 m 1.8m 1.8mCharge Size 4 8 kg /

    hole4 8 kg /

    hole0.5/ 1.0 kg

    per hole0.5/ 1.0 kg

    per hole

    Recording Parameters will be finalized after experimentation in field.SCHEDULE C

    PERSONNEL AND EQUIPMENT

    1. PERSONNEL

  • 1. Contractor represents and warrants to company that all personnel, (Administrative, Geophysical and sub-contract), are and shall be competent, efficient, well versed with the seismic operations and in good health, and that each of such personnel have the qualifications, training and expertise necessary to perform their assigned duties.

    2. Contractor will provide in the Bid Proposal detailed curriculum vitae of all key personnel to be employed during the work including their working experience in their proposed positions. Sub-contract personnel information must be included.

    2. TECHNICAL PERSONNEL

    The contractor shall provide sufficient personnel to accommodate continuous (daylight) operation while allowing for rotational leave. As a minimum but not limited to, the following personnel will be expected to be present during seismic operations.

    1. Party Chief2. HSE Advisor3. Camp Administrator 4. Senior Geophysicist / Seismologist5. Senior Observer6. Junior Observers 7. Doctor / Medical Staff8. Senior Surveyors9. Surveyors10.Mechanics / Workshop Staff11.Drilling Supervisors12.Drillers13.QC / Processing Geophysicist14.Up-hole Observer15.Shooting Technicians16.Base Camp & logistics staff

    3. EXPENSES

    Contractor shall pay all wages, allowances, taxes, personnel expenses, transport, medical expenses, social insurance, safety equipment costs, leave expenses, severance pay and all other payments and benefits of any kind required to be paid to or on behalf of the personnel under labour laws or any other laws of local country or any other country. All personnel will be suitably restored to allow adequate leave between work schedules.

    4. CAMP FACILITIES

    The contractor shall provide camp equipment including air-conditioned units for their expatriate staff and tent accommodation for their local personnel plus two (2) 2-man air-conditioned porta-cabin units for four (4) company representatives. Contractor shall provide all commissary

  • and mess facilities for all employees including accommodation and technical equipment. Description of camp facilities are as follows:

    Medical care units/ trailorsAmbulance fitted with complete facilitiesWater purification facilitiesDrinking water supply truckWater tankersFuel Tanker truck

    Contractor is to list in detail, title and quantity (Crew list) of the personnel, type and quantity of equipment to be used for the project. The contractor must add any omissions on the listings.

    5. EQUIPMENT

    A comprehensive list of all the seismic data recording equipment necessary to execute seismic survey as per parameters specified. List should also include no. of units being offered and their date of purchase / model of said equipment/ year of manufacturing also.

    The recording instruments of 24-bit system (,408 XL, I/O System-IV) or latest. Tape drives compatible with 3490 E cartridges/LTO2/LTO3/NAS storage device, depending on data recording system in SEG D format with capability to copy a second set on 3490E cartridges/LTO2/LTO3/NAS, as that part of original media.

    The recording equipment should be capable of being installed in an air-conditioned unit mounted onto a 4x4 truck fitted with generator.

    Detail list should include:

    1. Surveying Equipment and soft wares (complete description of the DGPS/RTK system )2. Seismic recorder3. Detail of Ground electronics ( make/model / quantity ) with test and maintenance system.4. LVL / Up-hole equipment and software for computation of static correction with all accessories.5. On-site processing unit with software (latest version)6. Drilling machinery (Rigs, Flush units etc)7. Shooting system with GPS8. Earth moving machinery as per project requirement

    9. Vehicles10. Other equipment11. Land and Marshy Multi geophone strings (10 Hz) with test equipment.

  • The Contractor should specify the type, manufacturer and the relevant attributes of all cables and geophones included in their bid proposal.

    5.1 GROUND ELECTRONICS

    A sufficient number of cable and geophones Groups should be available as spares to attain the required progress. All geophones and hydrophones, cables should be new or in new condition not more than 02 years old.

    5.2 ENERGY SOURCEExplosive

    SCHEDULE D

    TEST AND QUALITY CONTROL STANDARDS

    FIELD PROCESSING SYSTEM

  • An on-site data processing system will be required for monitoring quality control of seismic data acquisition and in-field data processing.

    The system should include a workstation with a B/W 24 thermal plotter, cartridge tape drives, DVDs, printer, consumables and a complete suite of a state-of-the-art 2D basic and advanced seismic data processing software package.

    MAIN FUNCTIONS OF THE SYSTEM WILL BE:

    1. Daily quality control of the data.2. Optimization of the processing parameters.3. Data processing to the migrated stack level.4. Instrument test analysis.

    FOLLOWING BASIC PROCESSING FLOW WILL BE FOLLOWED:

    1. De-multiplexing.2. Building of geometry.3. Display field record.4. Editing of bad & noisy traces.5. Early mute application.6. Filter analysis & application.7. Trace balancing.8. De-convolution analysis & application.9. Application of field static / refraction static.10. Velocity analysis & application.11. Preliminary stack.12. Compute residual static & application.13. Velocity analysis.14. NMO and mute.15. Initial stack.16. DMO.17. Velocity analysis.18. Final stack.19. Migration.

    20. Random Noise attenuation.21. Time variant filter and trace sealing.22. Final plotting with side lable.

    B. TEST AND QUALITY CONTROL.

    1. DAILY TESTS

    According to instrument specification and tolerances given by manufacture, the following tests should be recorded daily on tapes.i. Noise and offset on all boxes laid to start production.ii. Internal pulse test.iii. External geophone pulse test.

  • iv. Ambient noise (line noise). The test may be repeated when there is increase in noise.

    v. Any standard test of the recorder

    2. MONTHLY TESTS.

    i. Noise and offset.ii. Internal pulse test.iii. Dynamite range determination.iv. Cross feed test.v. A-D Non Linear test.vi. All ones test.vii. Geophone tape test.

    Viii. Any standard tests of the recorder

    3. PARITY AND SYNC ERROR.

    The system should be maintained in good mechanical and electromagnetic condition to ensure minimum parity and error within published specifications.

    4. RECORDING SYSTEM POLARITY.

    A positive signal at the amplifier input produce positive numbers recorded on magnetic tape and upward deflection of field monitor.

    5. PAPER RECORD.

    Data traces and timing should be clearly visible with constant paper speed (With 1% error).

    6. NOISE SPECIFICATION.

    Noise specification will be based on fixed gain monitors to maintain a signal to noise ratio of 1.5:1 or better.A fixed gain monitor of spread noise recorded will be taken on field tape and will be displayed on paper monitor daily prior to start seismic recording and any time requested by company representative.The spread noise will be recorded with normal recording filters and seismic QC system. Maximum acceptance level of random noise is 80 to 100 (micro volts).

    7. CABLE AND GEOPHONES/ HYDROPHONE

    Contractor will continually check the faulty groups. All the significantly noise, dead traces and groups with low response will be repaired or removed from the line and will be repaired as early as possible.

  • If the recording spread does not fulfill the operation specification as listed in the contract, the company representative has the authority to suspend the operation at any time.

    8. RECEIVERS.

    The contractor will ensure the vertical plantation of geophones with good group coupling. In case of wind noise the geophones will completely buried in the ground to reduce the effect of wind on geophones where ground condition do not permit the burying the geophones and spread noise is outside normal acceptable standards. The company representative must be informed the situation.All the geophones will be planted at correct spacing to ensure the validity of recommended array.

    9. EXPLOSIVE (SEISMIC SOURCE).

    - Charge in the shot holes will be loaded with poles to ensure its placing at recommended depth and Safety of employees.

    - Time break confirmation and up-hole time should be systematically recorded for each shot point.

    - All the charges must be properly tamped to avoid blowouts.

    - Any charge that is loaded at shallower depth must be reported to Company representative who will decide to take it as production shot point or to re-drill and re-load.

    10. RECORDING.

    - Monitor record of every shot point will be provided to Company Representative. Each monitor will be annotated to show line number, shot point number etc. and signature of the observer.

    - The confirmation time break and up-hole time will be displayed on auxiliary channels.

    - Dynamite shooting will be controlled by radio shooting system. The transmitted time break must be synchronized to recording with in 0.250 milli-seconds.

    11. MAGNETIC RECORDING TAPES:

    - The seismic data will be recorded on new magnetic tapes of branded acceptable company.

    - Proper precautions will be observed in recording, sealing, storing and transportation of magnetic tapes.

  • - Tapes will be labeled showing line number, file number, shot point numbers, calendar date, Prospect Area, Clients name and Contractors name. Recorded tapes will be numbered in a serial order.

    12. MISFIRE:- A misfire in any seismic record not correctly recorded, or

    not recorded to the magnetic medium or is unusable.

    The following are examples of misfire.a. Loss of magnetic recording.b. Loss of time break.c. Time break is not synchronized to the system cycle delay time.d. Explosive in shot point does not detonate.e. Explosive partially detonates resulting unacceptable data quality.f. Company Rep. will decide the re-shooting schedule for

    misfire.

    FIELD PROCESSING

    Contractor will provide an in field system capable of routine 2D Data processing through a sequence which include refraction static and post stack time migration for monitoring quality control of the Seismic programs. This system should also be capable of performing daily quality control routines for the 2 D program.

    Contractor shall process the acquired data up to the satisfaction of client representative. Contractors 2D seismic data processing shall include basic processing flow, optional 2D data processing flows testing quality control, and final products. CGM and SEG-Y data compressed files of the final / migrations of these data should be available to companys office at Islamabad.

    At the discretion of the companys Representative, the order of process may be changed for efficiency, if contractors software dictates.

    13.DELIVERABLES FOR ON-SITE PROCESSING

    Display Scale Horizontal twenty (36) traces per centimeter for 20 /25 meter group interval and vertical 10 cm/sec /2.5 inch/sec or recommended by Client QC rep.

    Headers and side panels The side labels of all display sections should include the acquisition and processing parameters in meters and the headers should include velocity boxes, shot and receiver statics, residual statics and CDP fold coverage.

    Processed Data should be supplied in SEG-Y format on 3490 /3480 tape cartridges.

  • 14.DELIVERABLES FOR NAVIGATIONAL DATA

    Static observation of GPS control points (RAW) Shift parameters. Coordinates of control points (Processed) Final Survey recorded data ( source and receiver ) Detailed Chainage sheets Work programme on topo sheets / imaginaries Or any other data related to the survey required by client both in

    digital and hard formats.

    15.DELIVERABLES FOR RECORDED SEISMIC DATA:

    Three (03) copies of recorded seismic data in SEG-D Format on cartridge tapes (3490/3590/ LTO) and supporting data (observer logs, SPS, LVL / UP-hole raw and processed etc.) on DVDs (03 copies) and hard copies.

    Three (03) copies of recorded seismic data in SEG Y Format on DVD,s

    Or any other data related to the seismic operation required by client.

  • SCHEDULE E

    COMPENSATION / FEES

    The Contractor shall provide rates for the 2D seismic data recording in NASHPA EL Project for the performance of work according to the parameters proposed by the Company and included in Schedule B of Term of Reference in the format given below. All the rates should be quoted on a production basis. Only one rate can be charged for any specific period of time or specific data acquisition.

    All fees / rates quoted are inclusive of all required taxes, duties, levies etc.

    ACQUISTION RATES

    PAYMENT ITEMS Rates Amount in US

    Dollars

    1. MOBILISATION Lump SumMobilization cost

    The Lump Sum shall include all cost of mobilizing and transporting Contractors Personnel, equipment, and supplies to the location where service will be performed.

    2. DEMOBILISATION Lump Sum

    3. DAY RATES

    3.1 Day rate (12 hours per day)/hour rate)

    a. Field experimentation for selection of acquisition parameters (Approximately 02 Days)

    b. Hourly rates shall only be applicable during testing provided that this test program is not covered by turnkey rate.

    3.2 Standby Rate (Max: 02 Days.)CONTRACRTOR shall be paid daily standby rate for each day when the Contractors crew is ready and available to perform services, but is prevented from doing so due to

    a. No daily (full day) production due to weather or safety reasons.

    b. Company requests.c. The stand by rate shall not be applicable prior to

    commencement of recording on the 2D seismic program lines i.e. no stand by will be applicable prior

  • to commencement of first shot. Contractor will get formal approval before claiming stand by and will inform company representative or QC at the crew about the start and end time of stand by, and would mention in daily acquisition report accordingly.

    d. The stand by rate shall not apply during any period of time when delay is caused by something for which contractor is responsible. Like shortage, malfunctioning of recording equipment / instruments.

    e. Chargeable standby time shall be limited to (12) hours per calendar day.

    f. Stand by rate will be applicable if any or a combination of the following conditions occur.

    I. When contractors crew and equipment is mobilized in the survey area and is waiting on companys authorization for execution of the survey.

    II. When the contractor is unable to move between the base camp / fly camp and the work site due to law and order situation or if the movement of the contractors personnel and equipment is prevented in the program area but not related to land permitting.

    g. No stand by will be applicable against gazetted / public holidays when crew is not working. Also the contractor has to seek permission by the company to stop work on gazetted / public holidays.

    4. TURNKEY RATES FOR DATA ACQUISITION

    No. of Holes/SP

    Hole Depth(m)

    Charge(Kg)

    Rate US$

    1 20 m 4-8kg1 25 m 4-8kg08 1.8 m 0.5 / 1.0 kg10 1.8 m 0.5 / 1.0 kg

    All the shot holes will be drilled to required depth and loaded with required charge sizes. All loaded charges in shot holes will be securely tamped with gravel so that energy from the detonation is contained at the base of shot holes. Tamping charges are to be included in the turnkey rates.

    5. REFRACTION ( WZ ) RECORDING

    6. UPHOLE LOGGING UPTO 70 M DEPTH

    7. CHARGES FOR CABLE POINT (IF ANY)

  • 8. LAND / CROP COMPENSATION RATES

    The Contractor will be responsible for obtaining all permits from land owners prior to start of surveying and pay all cost incurred for permitting, land surface and sub-surface (shot holes) damage caused by Seismic Data Acquisition.

    Turnkey rates per line km surface coverage of 2D Seismic for permitting, land surface and sub-surface (shot holes) damage compensation irrespective of the actual permitting, land surface and sub-surface damage costs incurred to the contactor should be quoted.

    9. SECURITY CHARGES

    Contractor shall be fully responsible for arrangement of transport, accommodation and food for the security agencies that provide security cover to the Contractors Crew employees, Company Representative, all crews equipment and consumables. Company will advise on security matters required at the request of the Contractor.

    Turnkey rates per month of security expenses should be quoted.

    10. GENERAL SERVICES CONDITION S

    Services and Items to be supplied by CONTRACTOR

    In addition the personnel and equipment set out in Schedules, CONTRACTORS cost , will also provide all necessary services and items to perform the survey such as but not limited to :

    a. Salaried, wages, travel social insurance, food and lodging and all other personnel costs for CONTRACTORs personnel listed in the chapter PERSONNEL.

    b. Local labour and associated cost (transport, taxes, workmans compensation etc).

    c. All fuels and lubricants, including transport fees.

    d. Insurance for personnel and equipment.

    e. All consumables.

    f. Food, lodging, and office facilities for four of COMPANYs personnel and Two (4 x 4) vehicles for company representatives.

    g. Recording tapes/ cartridges

    h. Spare and repair parts and maintenance of equipment listed in the Chapter of Equipment.

  • i. All permits and authorizations for the execution of the services including land entry permits.

    j. If the Contractor is responsible for delay in progress of the Work(s), it shall use such additional equipment and or personnel as may be necessary to eliminate delay in completion of the work on the dates specified by the Company at no additional cost

    SCHEDULE F

    COMMUNICATION AND REPORTS

    The contractor on completion of each respective job shall supply following reports.

    1. Daily progress reports

    2. Monthly progress reports

    3. Final project reports (07 copies) including detailed ( survey/seismic operations) within 15 days on completion of project both digital and hard binding.

    4. Telephone / fax facility at camp

    5. Mobile phone facility to Clients representative at Camp/field

  • SCHEDULE G

    ENVIRONMENT PROTECTION SAFETY AND HEALTH1. General HSEQ regulations to be observed:

    1.1 CONTRACTOR should adhere to, at a minimum, the safety regulations published in the Safety Manual of the International Association of Geophysical Contractors.

    1.2 A safety meeting should be carried out in the Crew at least twice a month, with all members of the crew in which hazards of the operation are analyzed and safety measures discussed. Special attention will be given to safe driving methods and proper handling of explosives. A copy of these meetings should be forwarded to the Company.

    1.3 Sufficient hygienic facilities shall be provided for all employees and shall be well maintained.

    1.4 CONTRACTOR shall provide adequate supply drinking water for all employees at campsites and in the area where crews are working.

    1.5 One full time medical specialist and a Safety Officer with sufficient infrastructure shall be provided in the base camp and fly camps if any.

    1.6 All vehicles will be equipped with seat belts for all passengers and driver, and first aid kits and five extinguishers shall be provided.

    1.7 Any accident in the crew which may result in personnel injuries and /or work-days lost should be reported in writing to Company, explaining cause of accident and measures taken to prevent similar one in the future.

    1.8 CNTRACTOR shall exercise all due diligence to conduct the work in a manner that will prevent pollution and shall comply with the applicable laws, rules and regulations.

    1.9 CONTRACTOR shall collect all non-permanent markers set at any phase of operation soon after the completion of the data acquisition on the area.

    1.10 CONTRACTOR shall follow HSEQ standards and comply with all applicable laws, orders and rules & regulations pertain to safety, health and environment prevention under Pakistan law and, procedures formulated by Safety, Health and Environment Division of the Client.

    1.11 All operations are to be conducted in accordance with the International safety and environmental protection standards. Every effort should be made to prevent environmental damage during the course of the survey and to fulfill any conditions stipulated in the final Contract Agreement.

  • TECHNICAL PROFORMA TO BE FILLED BY THE BIDDER

    Category No. Description of Technical Information

    1Company History & ProfileNo. of years Since establishmentNo. of 2D Seismic surveys Average annual 2D coverage in last 2 yearsNo. of Crews

    2

    Specific technical information of equipment detailed for the job.

    RECORDING EQUIPMENT

    1. 24 bit latest telemetry system (like 408 XL/ 428 XL/ I/O-4 ) or better (Instrument Type / Make / Model ), preferably 408 XL / 428 XL, with details as under.

    2. Maximum capability of recording system and available ground electronics to record 350 L.Km 2D seismic data i.e. Nashpa South (60 L.Km.), Central Nashpa (190 L.Km.), Nashpa West (100 L.Km.) and 2D survey as per tentative parameter in the bid.

    3. Type of data storage and on-site real time quality control system.

    Type of geophones (10 Hz) Make/ type and manufacturing year.

    1. Total no. of geophone strings available with 12 geophones per string.

    2. No. of marshy geophone available.3. Detail of laboratory equipment (make/ model) year of

    manufacture Type of geophone tester. Ground electronic tester / repair system

    SHOOTING EQUIPMENT

    1. Total available number and detail of Encoder / Decoder / Shooting Equipment/ equipped with GPS.

    SOURCE EQUIPMENT ( Dynamite Mode)

    1. Total No. of truck mounted mud pump/ duel system rigs to drill a

  • hole of 30 40m (make/type and year of manufacture)

    2. Total no. of air compressor rigs/ dual system rigs to drill a hole upto 30 m with make type and year of manufacture)

    No. of jack hammer / portable drill with capacity to drill upto 1.8 m with make/ type and year of manufacture. REFRACTION / UPHOLE LOGGING UNITS

    1. 24 bit recorder with at least 24 recording channels to record a spread of 260 to 350 m (Make/ type & year of manufacturer)

    2. No. of low frequency geophones (4.5 Hz) with make type and year of manufacture.

    3. Type of source with description to record refraction survey to determine LVL if other than dynamite.

    4. Make type and year of manufacturing of rig to drill a hole of 80m depth to record up-hole logging survey.

    5. Up/hole / LVL processing and calculation static correction software (make/type and year of purchase)

    QC AND ONSITE PROCESSING FACILITIES 1. Detail of hardware with capability for onsite processing of

    seismic data (Make / Model, year of manufacture).2. Detail of 2D on-site seismic Processing Software (make/

    type, year of purchase).GPS/ SURVEY EQUIPMENT AND PROCESSING SOFTWARE

    1. No of units available and detail of survey equipment with specifications equivalent or better than duel frequency GPS-1200 RTK (Make/type and year of manufacture).

    2. Detail of Survey Processing Software with specification equivalent or better to Leica Geo Office (make/ type and year of purchase).

    MISCELLANEOUS EQUIPMENT EARTH MOVING MACHINES1. No. of Dozers, tractors with make type and year of manufacture.

    RADIO EQUIPMENTS1. Total Nos. and detail of VHF radios for field operation,

    make type and year of manufacture.

    2. Total No. and details of walki talki set for field operation.

    VEHICLES1. No. of LT vehicles (make/type/Model) 2. No of HT vehicles/Trucks (make/type/Model) a) 4 x 2

  • b) 4 x 43. Cable Buggies4. Water Tankers (Make / Type / Model)

    a) 4x2b) 4x4

    5. D / Cabinsa) 4x2b) 4x4

    CAMP KIT1. No. of electric generators (make / type / year of

    manufacture).2. No. of living caravans with living capacity and accessories.

    Messing/dinning facilities.3. Description of workshop, data acquisition lab, medical

    unit, water purification facility, security, POL and explosive storage and any detail the bidder want to give.

    OVER ALL CONDITION OF EQUIPMENT INGENERAL1. Upto two years old 2. Two to five years old.3. Five to 10 years old.

    3 Human Resource deputed for the job List of crew Professionals. Qualification & Experience of key personnel. All professionals/ technical staff should have the experience more than five years in their relevant field.Back-up & replacement options.List of additional staff to meet any replacement of professionals in the crew due to leave or on recommendations of representative of client on performance basis.

    4Execution/Completion of Survey

    1. Availability of crew.2. Schedule of work, survey, line clearance, drilling, recording

    etc in the form of bar chart. 3. Confirmation of date to commence operation.

    5HSE POLICY

    1. Detail of HSE policy.2. Procedures to implement HSE Policy.3. Accidents.

    a) Fatal accidents during last five years.b) Major accidents during last five years.c) Minor accidents during last five years.

  • Technical Evaluation Criteria (Minimum Qualifying Marks 80 %)

    Technical proposal of the bid shall be reviewed first to determine/check its responsiveness and conformity with the requirement of bid. The technical evaluation will be carried out on the basis of information supplied by the bidders in their technical proposals and the criteria spelled out at Annexure-A/ITB provided with this document. The bidders securing 80 % or more marks will qualify. The detail breakup of the relevant information to be provided by the bidder and comprehensive marking criteria are tabulated below. There are five categories and the bidders are required to obtain at least qualifying marks (75 %) in each discipline. Technically responsive and financially lowest bidder will be considered for award of job. Further, any information related to seismic operation will be provided by bidder if required.

    Category No.

    Description of Technical Information

    Qualifying Criteria Max.Mark

    s

    1

    Company History & Profile 16

    No. of years since establishment

    Up to 5 Years -2 marksMore than 5 years - 4

    marks4

    No. of 2D Seismic surveys

    1 Marks for each 2D survey 6

    Average annual coverage in last 2 years

    From 500 - 1000 L. km - 2 Marks

    More than 1000 L. km - 4 Marks

    4

    No. of Crews One seismic crew 1- mark

    Two seismic crew 2- marks

    2

    2

    Specific technical information of equipment detailed for the job.

    60

    RECORDING EQUIPMENT24 bit latest telemetry system ( like 408 XL/ 428 XL/ I/O-4 ) or better with details as under. Recording / Instrument Type / Make / Model / Specification /

    16

  • maximum Number of active channels available / Year of Purchase and manufactureNumber of available Geophone strings / Year of purchase and manufacture.Type of data storage and onsite real time QC system No. of Geophone per stringDetail of auxiliary / test equipmentEncoder / Decoder (Shooting Equipment) Equipped with GPS.SOURCE EQUIPMENT Dynamite ModeRigs/Type/Drilling Capacity/Numbers/Year of purchasePortable Rigs/ Jack hammers / No. of units availableAir compressor rigs/Truck Mounted Mud Rigs / duel system Rigs/ No. of units available

    10

    REFRACTION / UPHOLE LOGGING UNITSUp-hole Logging UnitInstrument with Specification, type of geophones & numbersRig with Capacity LVL / Refraction Survey Unit, type of geophones & numbersInstrument Specification / Spread Length / ChannelsSource type if other than dynamite.

    4

  • LVL processing & Statics calculation softwareQC & ONSITE PROCESSING Detail of hardware for on-site seismic data processing Make / type and model

    Detail of 2D Processing Software

    8

    GPS/SURVEY EQUIPMENT AND PROCESSING SOFTWARE

    Detail of survey equipment, Make/type/ year of manufacture

    Detail of GPS/ survey processing software

    8

    MISCELLANEOUS EQUIPMENT

    EARTH MOVING MACHINERY

    RADIO/ COMMUNICATION EQUIPMENT.

    VEHCLES

    CAMP KIT

    8

    Over all Condition of Equipment

    Up to 2 Years old - 6 Marks

    2 to 5 years old 4 Marks5 to 10 years old - 2

    Marks

    6

    Human Resource 14

  • 3deputed for the job

    Total No. of Professionals.Give detailed list

    8

    Qualification & Experience of Key professional.(minimum 5 year experience is required)

    4

    Back-up & replacement options 2

    4Execution of Survey 5Availability of crew Schedule of workConfirmation of date to commence survey

    5

    5HSE 5

    Compliance to HSE policy

    5

    TOTAL MARKS(Qualifying Marks 80%) 100

    Annexure-ATERMS OF REFERENCE (TOR) SEISMIC PROJECTGUIDELINES FOR THE BIDDERSLIST OF SCHEDULESSCHEDULE AINTRODUCTION AND SCOPE OF WORKGENERAL TERMS AND CONDITONS Contractors will prepare their bid in two parts i.e. technical proposal (part-I) and financial proposal (part-II) strictly in line with the instructions given in the TOR. The contractor shall be required to comply with and conduct all operations in accordance with all applicable laws and Government orders, rules and regulations of Pakistan and of the Political Sub-Division in which work is to be performed including, but not limited to income tax laws and regulations, and working hours laws, safety rules and any regulations pertaining to the conduct of seismic operations in Pakistan. TECHNICAL PROPOSAL

    SCHEDULE BTECHNICAL SPECIFICATION AND PARAMETERSSCHEDULE CSCHEDULE DTEST AND QUALITY CONTROL STANDARDS FIELD PROCESSING SYSTEMFIELD PROCESSING Display Scale

    Headers and side panels Three (03) copies of recorded seismic data in SEG-D Format on cartridge tapes (3490/3590/ LTO) and supporting data (observer logs, SPS, LVL / UP-hole raw and processed etc.) on DVDs (03 copies) and hard copies. SCHEDULE ECOMPENSATION / FEES

    MOBILISATIONDEMOBILISATIONREFRACTION ( WZ ) RECORDINGUPHOLE LOGGING UPTO 70 M DEPTHCHARGES FOR CABLE POINT (IF ANY)

    SCHEDULE FCOMMUNICATION AND REPORTSThe contractor on completion of each respective job shall supply following reports. 1.Daily progress reports2.Monthly progress reports3.Final project reports (07 copies) including detailed ( survey/seismic operations) within 15 days on completion of project both digital and hard binding.4.Telephone / fax facility at camp5.Mobile phone facility to Clients representative at Camp/fieldSCHEDULE GENVIRONMENT PROTECTION SAFETY AND HEALTH