129
1 TENDER DOCUMENT FOR 3D SEISMIC DATA ACQUISITION AND PROCESSING IN BLOCK RC-8 & RC-10 COLOMBIA OFFSHORE TENDER NO : ONGC-VL/COLOMBIA/MM/SEISMIC/ RC-8 & RC- 10/543(R)/2011 BID SUBMISSION DATE : 11.01.2012 14.00 HRS (COT) BID OPENING DATE : 11.01.2012 15.00 HRS (COT) ADDRESS ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 Ofc 505 Torre A, World Trade Centre, Bogota, Colombia

Document51

Embed Size (px)

DESCRIPTION

ampli

Citation preview

Page 1: Document51

1

TENDER DOCUMENT

FOR

3D SEISMIC DATA ACQUISITION AND PROCESSING IN BLOCK RC-8 & RC-10

COLOMBIA OFFSHORE

TENDER NO : ONGC-VL/COLOMBIA/MM/SEISMIC/ RC-8 & RC-10/543(R)/2011

BID SUBMISSION DATE : 11.01.2012 14.00 HRS (COT) BID OPENING DATE : 11.01.2012 15.00 HRS (COT)

ADDRESS

ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37,

Piso 5 Ofc 505 Torre A, World Trade Centre,

Bogota, Colombia

Page 2: Document51

2

ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37,

Piso 5 Ofc 505 Torre A, World Trade Centre,

Bogota, Colombia

TELEPHONE NO. +57 1 6386241 FAX NO. +57 1 6211565

No. ONGC-VL/COLOMBIA/MM/SEISMIC/ RC-8 & RC-10/543 (R)/2011 Datad: ……….. To, M/S_______________________________,

___________________________________,

__________________________________.

INVITATION TO BID Dear Sir, Sealed Limited Tenders in Duplicate under two bid system are invited for 3D Seismic Data Acquisition and Processing in blocks RC-8 & RC-10, Colombia Offshore as per the scope of work given in the tender document. The details of the tender are given below:

1 Tender No. ONGC-VL/COLOMBIA/MM/SEISMIC/ RC-8 & RC-10/543 (R)/2011

2 Description 3D Seismic Data Acquisition and Processing in blocks RC-8 & RC-10, Colombia Offshore

3 Contract period As defined in scope of work 7 Date & Time of Closing

& Opening of Techno-commercial Bids

11.01.2012, 14:00 HRS

8 Date & Time of opening of Price Bids

11.01.2011, 15:00 HRS.

9 Bid Validity 120 days from the date of technical bid opening 10 Performance Bond 7.5% of Contract value 11 Validity of performance

Bond 60 days beyond the contract completion period

The tender will be governed by the "Instructions to Bidders", "Draft Contract", Scope of work, Bid Evaluation Criteria and the integrity pact. The Data Acquisition will be in all likelihood be carried out in earliest “Fair weather Window” in 2012. Obtaining DIMAR permission will be responsibility of ONGC-VL and it has already submitted EIA report etc for DIMAR permit in Aug’11; only vessel details are required to be submitted which have to be provided by the successful bidder on getting LOA.

Page 3: Document51

3

Two Bid System” shall be followed for this tender. Hence offers are to be submitted in duplicate in sealed covers. The first inner sealed cover will contain Techno-commercial bids having all details but with price column blanked out. This cover will clearly be super scribed with 'Techno commercial bid' along with tender number and item description. The second sealed inner cover will contain only the price schedule duly filled in and signed and will be clearly super scribed with 'Price Bid' along with tender number. These two covers shall be put into outer cover and sealed. The outer cover should duly bear the tender number and date of closing/opening prominently underlined along with the address of the bidder. A copy of Techno-commercial bid is to be submitted in a CD/ DVD and must be kept in the cover for “Techno-commercial bid”. Please do not indicate prices anywhere in CD/DVD. Any bid having prices in the “Techno-commercial bid” or in CD/ DVD will be rejected. Bidders should submit all relevant documents / Performa duly filled including BEC compliance Matrix, undertakings etc along with the bid.

Yours faithfully,

Country Manager

Page 4: Document51

4

ANNEXURE-I

INSTRUCTIONS TO BIDDERS

A: INTRODUCTION 1. Deleted 2. Deleted. 3. TRANSFER OF BIDDING DOCUMENT The Bidding document is not transferable. 4. COST OF BIDDING 4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the

ONGC -VL will in, no case, is responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

B: THE BIDDING DOCUMENT 5. CONTENT OF BIDDING DOCUMENTS 5.1 The services required, bidding procedures and contract terms are described in the bidding

document. In addition to the Invitation for Bids, the bidding documents include: ANNEXURE I : Instructions to Bidders with following Appendices Appendix 1 : Bidding Document Acknowledgement proforma Appendix 2 : Bid Submission proforma Appendix 3 : Bid Submission Agreement proforma. Appendix 4 : Not used Appendix 4A : Not used Appendix 5 : Checklist Appendix 6 : Proforma for Bidders past services (similar) and experience of Team members. Appendix 7 : Proforma of Authorisation Letter for attending Tender Opening Appendix 8 : Proforma of Certificate on Relatives of Directors Appendix 9 : List of foreign banks acceptable to ONGC-VL for issuance of Bank Guarantees Appendix 10 : Proforma for proposed changes/modifications. ANNEXURE II : General Conditions of Contract (GCC) with following appendices. ANNEXURE III : Scope of work and Technical Specifications and price bid format ANNEXURE IV : Bid Evaluation Criteria ANNEXURE-V : BEC Compliance Matrix ANNEXURE VI : Integrity Pact 5.2 The bidder is expected to examine all instructions, forms, terms and scope of work and

specifications in the bidding documents. Failure to furnish all information required by the bidding documents will be at the bidder’s risk. Tenders not complying with tender conditions and not conforming to tender specifications will result in the rejection of its bid without seeking any clarifications.

Page 5: Document51

5

5.3 At any time prior to the deadline for submission of bids, the ONGC -VL may, for any reason, whether at its own initiative or in response to clarification(s) requested by prospective bidder(s), modify the bidding documents by amendment(s).

5.4 All prospective Bidders who have received the bidding documents will be notified of the

amendments, if any, through email. 5.5 In order to allow prospective Bidders reasonable time in which to take the amendments into

account in preparing their bids, the ONGC -VL may, at its discretion, extend the deadline for the submission of bids.

5.6 The communication, if any, may be addressed at email address: [email protected];

[email protected] .The bidders may Fax at No. +57 1 6211565.

C. PREPARATION OF BIDS

7. LANGUAGE AND SIGNING OF BID 7.1 The bid prepared by the bidder and all correspondence and documents relating to the bid

exchanged by the Bidder and the ONGC-VL shall be written in English language. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the bid, the translation shall prevail.

7.2 Bids shall be submitted in the prescribed bid proforma as per appendices 1 to 9 of Annexure-I.

The prescribed proforma at Appendices of Annexure I, duly filled in and signed should be returned intact whether quoting for any item or not. When items are not being tendered for, the corresponding space should be defaced by some such words as "Not Quoting".

7.3 In the event of the space on the bid proforma being insufficient for the required purpose,

additional pages may be added. Each such additional page must be numbered consecutively, showing the tender number and should be duly signed. In such cases reference to the additional page(s) must be made in the bid.

7.4 The bid proforma referred to above, if not returned or if returned but not duly filled in will be

liable to result in rejection of the bid. 7.5 The Bidders are advised in their own interest to ensure that all the points brought out in the

check list are complied with in the bid failing which their bid is liable to be rejected. 7.6 The bids can only be submitted in the name of the Bidder in whose name the bid documents

were issued by ONGC-VL. The bid papers, duly filled in and complete in all respects shall be submitted together with requisite information and Annexures / Appendices. It shall be complete and free from ambiguity, change or interlineations.

7.7 The bidder should indicate at the time of quoting against this tender their full postal and

telegraphic/telex /fax addresses. 7.8 The Bidder shall sign its bid with the exact name of the firm to whom the contract is to be

issued. The bid shall be duly signed and sealed by an authorized officer of the Bidder's organization.

Page 6: Document51

6

7.9 The bidder shall clearly indicate their legal constitution and the person signing the bid shall state his capacity and also source of his ability to bind the Bidder.

7.10 The power of attorney or authorization, or any other document consisting of adequate proof of

the ability of the signatory to bind the bidder, shall be annexed to the bid. ONGC-VL may reject outright any bid not supported by adequate proof of the signatory's authority

7.11 The Bidder, will have to give a certificate in its offer, that the terms and conditions (Annexure I

to III), as laid down in this bidding document are acceptable to it in-toto. 7.12 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the person

or persons signing the bid. 7.13 The complete bid including the prices must be written by the bidders in indelible ink. Bids and

or prices written in pencil will be rejected. 8.0 CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS 8.1 ONGC -VL has to finalize the Contract within a limited time schedule. Therefore, it may not

be feasible to seek any clarifications in respect of incomplete offers. 8.2 Prospective bidders are advised to ensure that their bids are complete in all respects and conform

to ONGC-VL's terms, conditions and Bid Evaluation Criteria of the tender. Bids not complying with ONGCs-VL's requirements and Bid Evaluation Criteria will be rejected without seeking any further clarification.

9.0 DOCUMENTS COMPRISING THE BID 9.1 The bid prepared by the Bidder shall comprise the following components, duly completed:

a) Price schedule. b) Documentary evidence establishing that the Bidder is eligible to bid and is qualified to

perform the contract if its bid is accepted. The documentary evidence of the Bidder's qualifications to perform the Contract if its bid is accepted, shall establish to the ONGC-VL's satisfaction:

(i) That the Bidder meets all the criteria prescribed in the Bid Evaluation Criteria (Annexure-IV).

c) Documentary evidence that the services to be rendered by the Bidder conform to the

requirements of bidding documents.

(i) The documentary evidence of conformity of the services to the bidding documents may be in the form of literature, drawings and data and shall consist of:

1) A detailed description of essential technical and performance characteristics of the

services. 2) An item by item commentary on the ONGC-VL’s technical specifications

demonstrating conformity to the provisions of the technical specifications of the bidding document.

Page 7: Document51

7

d) Integrity Pact (IP)

Proforma of Integrity Pact (which is issued along with the bidding document) shall be returned by the bidder along with technical bid, duly signed by the same signatory who signs the bid, i.e. who is duly authorized to sign the bid. All the pages of the Integrity Pact shall be duly signed by the same signatory. Bidder’s failure to return the Integrity Pact along with the bid, duly signed, shall lead to outright rejection of such bid. e) The bidder should submit a declaration to the effect that neither the bidder themselves, nor any of its allied concerns, partners or associates or directors or proprietors involved in any capacity, are currently serving any banning orders issued by ONGC debarring them from carrying on business dealings with ONGC.

10.0 PRICE SCHEDULE 10.1 The Bidder shall complete the appropriate price schedule furnished in the bidding document,

indicating the services to be provided. 10.2 Bid Prices: 10.2.1 The bidders shall indicate the prices for respective services as per scope of work in price bid

format. 10.2.2 Prices quoted by the bidder shall be firm during the bidder’s performance of the contract and not

subject to variation on any account. 10.2.3 Discount: Bidders are advised not to indicate any separate discount. Discount, if any, should be

merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering discount, is found to be lowest, ONGC -VL shall avail such discount at the time of award of contract.

10.3 Concessions Permissible Under Statutes

Bidder, while quoting against this tender, must take cognizance of all concessions permissible under the statutes of Colombia, failing which it will have to bear extra cost where Bidder does not avail concessional rates of levies like customs duty, excise duty, sales tax, etc. ONGC-VL will not take responsibility towards this. However, ONGC-VL may provide necessary assistance, wherever possible, in this regard.

10.4 Income Tax / Corporate Tax Liability

The bidder will have to bear all Income Tax liability both corporate and personal tax. 11.0 BID CURRENCIES The Bidders are to quote firm prices. They may bid either in US Dollars or in Colombian Pesos

only. Payment will be made accordingly. Currency once quoted will not be allowed to be changed.

Bidder desirous to quote in USD and receive the payment in USD, the Bidder is required to get a certificate from Ministry of Mines and Energy of Colombia in this subject.

12.0 MODE OF PAYMENT

Page 8: Document51

8

The payment shall be made to the bank account included in the contract. The bidders may indicate the name of the bank, address, bank account number & swift code. The bidders may also provide details on correspondent bank’s name and swift code for ease of transfer of funds.

The bidders will have to bear bank charges levied by their bank during fund transfer.

13.0 RATE OF TAXES 13.1 As the statutory provisions are frequently reviewed by the Governments. The bidders are

advised to check the latest position in their own interest while quoting and ONGC-VL will not bear any responsibilities for any incorrect assessment of the statutory levies by any bidder.

14.0 VAGUE AND INDEFINITE EXPRESSIONS 14.1 Bids qualified by vague and indefinite expressions such as “Subject to availability" etc. will not

be considered. 15.0 DELETED 16.0 PERIOD OF VALIDITY OF BIDS 16.1 The Bid shall be valid for acceptance for the period as indicated in the "Invitation for Bid"

(hereinafter referred to as validity period) and shall not be withdrawn on or after the opening of bids till the expiration of the validity period or any extension agreed thereof.

16.2 In exceptional circumstances, prior to expiry of the original bid validity period, the ONGC -VL

may request the bidder for a specified extension in the period of validity. The requests and the responses shall be made in writing. The Bidder will undertake not to vary/modify the bid during the validity period or any extension agreed thereof.

17.0 DELETED 18.0 TELEX/TELEGRAPHIC/TELEFAX/XEROX/PHOTOCOPY BIDS: 18.1 Telex/Telegraphic/Telefax/Xerox/Photocopy bids and bids with scanned signature will not be

considered.

D. SUBMISSION AND OPENING OF BIDS

19.0 SEALING AND MARKING OF BIDS. 19.1 In case of "Two Bid System" offers are to be submitted in duplicate sealed covers. The first

inner sealed cover will contain Techno-Commercial bids having all details but with price column blanked out. However a tick mark ( ) shall be provided against each item of the price bid format to indicate that there is a quote against this item in the Priced Commercial bid. This cover will clearly be super scribed as "Techno-Commercial bid" along with tender number and item description. The second sealed inner cover will contain only the price schedule duly filled in and signed and will be clearly super scribed as “Price Bid" along with tender number. These two covers shall be put into outer cover and sealed. The outer cover should duly bear the tender number and date of closing/opening prominently underlined, along with the address of this office.

Page 9: Document51

9

A copy of Techno-commercial bid is to be submitted in a CD/ DVD and must be kept in the cover for “Techno-commercial bid”. Please do not indicate prices anywhere in CD/DVD. Any bid having prices in the “Techno-commercial bid” or in CD/ DVD will be rejected.

19.2 The inner cover shall also indicate the name and address of the Bidder to enable the bid to be

returned unopened in case it is declared "late". 19.3 The right to ignore any offer which fails to comply with the above instructions is reserved. Only

one bid should be included in one cover. 19.4. Price bids, which remain unopened with ONGC-VL, will be returned to the concerned

bidders within 5 (five) working days. 19.5 Any change in quotation after opening of the tender WILL NOT BE CONSIDERED. 19.6 ONGC -VL will not be responsible for the loss of tender form or for the delay in postal transit. 20.0 DEADLINE FOR SUBMISSION OF BIDS 20.1 The Bid must be received by the ONGC -VL at the address specified in Invitation for Bids not

later than 1400 Hrs (COT) on the notified date of closing of the tender. Offers sent by hand delivery should be handed over at the specified office not later than 1400 Hrs. (COT) on the specified date. All out-station tenders, if sent by post, should be sent under registered cover.

21.0 LATE BIDS 21.1 Bidders are advised in their own interest to ensure that bid reaches the specified office well

before the closing date and time of the bid. 21.2 Any bid received after dead line for submission of bid, will be rejected and returned unopened. 22.0 MODIFICATION AND WITHDRAWAL OF BIDS 22.1 No bid may be modified after the dead line for submission of bids. 23.0 OPENING OF BIDS 23.1 The bid will be opened at 1500 Hrs. (COT) on the date of opening indicated in "Invitation for

Bid". The Bidder or his authorized representative may be present at the time of opening of bid on the specified date, but a letter in the form annexed at Appendix- 7 hereto must be forwarded to this office along with bid and a copy of this letter must be produced in the office by the person attending the opening of bid. Unless this letter is presented by him, he may not be allowed to attend the opening of bid.

23.2 In case of unscheduled holiday on the closing/opening day of bid, the next working day will be

treated as scheduled prescribed day of closing/opening of bid; the time notified remaining the same.

E. EVALUATION OF BIDS

24.0 EVALUATION AND COMPARISON OF BIDS

Page 10: Document51

10

24.1 Evaluation and comparison of bids will be done as per provisions of Bid Evaluation Criteria at Annexure-IV.

25.0 UNSOLICITED POST TENDER MODIFICATIONS: 25.1 Unsolicited post-tender modification will lead to straight away rejection of the offer. 26.0 EXAMINATION OF BID 26.1 The ONGC -VL will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether the required documents have been properly signed and whether the bids are generally in order.

26.2 The ONGC -VL will determine the conformity of each bid to the bidding documents. Bids

falling under the purview of “Rejection Criteria” of the Bid Evaluation Criteria of the bidding document will be rejected.

27.0 SPECIFICATIONS: 27.1 The Bidder must note that their Bid will be rejected in case the tender stipulations are not

complied with strictly or the services offered do not conform to the required specifications indicated therein. The lowest evaluated Bid will be determined from among those Bids which are in full conformity with the required specifications.

28.0 COMMON CURRENCY To facilitate evaluation and comparison, all the quoted currencies will be converted into a

common currency based on the closing rate (TRM) declared by “Banco de la Republica” the central bank of Colombia, one day prior to the date of price bid opening. Payment will however be made in the currency quoted in the bid.

29.0 Not used 30. CONTACTING THE ONGC -VL

No bidder shall contact the ONGC -VL or any other authority on any matter relating to its bid, from the time of the opening to the time the contract is awarded.

F. AWARD OF CONTRACT 31.0 AWARD CRITERIA.

ONGC-VL will award the contract to the successful bidder whose bid has been determined to be in full conformity to the bid documents and has been determined as the lowest evaluated bid.

32. ONGC-VL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 32.1 ONGC-VL reserves the right to reject, accept or prefer any bid and to annul the bidding process

and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders on the ground for ONGC -VL’s action. ONGC-VL also reserves to itself the right to accept any bid in part or split the order between two or more bidders.

Page 11: Document51

11

33.0 NOTIFICATION OF AWARD (NOA) 33.1 Prior to the expiration of the period of bid validity, the ONGC -VL will notify the successful

bidder in writing that its bid has been accepted. 33.2 The notification of award will constitute the formation of the contract. 33.3 Upon the successful bidder’s furnishing performance security, pursuant to clause 36, the

contract shall be signed between the parties as per clause 35.0 34.0 MOBILISATION PERIOD Please refer Clause no. 3 of Annexure-III 35.0 SIGNING OF CONTRACT 35.1 The successful bidder is required to sign a formal detailed contract with ONGC-VL within a

maximum period of 15 days of date of Fax order / LOI / NOA. Until the contract is signed, the Fax order/ LOI /NOA shall remain binding amongst the two parties. In case of delay in signing the contract on the part of ONGC -VL, Contractor shall be paid 80% of the applicable rates falling due as per the contractual obligations on ado basis, till formal signing of the contact, after which the balance of due payments shall be released / adjusted against regular bills. However no payment will be made, when the delay is on the part of the Contractor to sign the contract, as per draft contract at Annexure-II of the tender.

36.0 PERFORMANCE SECURITY 36.1 Within 15 (fifteen) days from the date of issue of LOA/NOA by ONGC-VL, the successful

Bidder shall furnish the Performance Security in accordance with the conditions of the contract, in the Performance Security Form provided at Appendix 1 of Annexure-II of the bidding documents, or another form acceptable to the ONGC-VL.

36.2 Failure of the successful Bidder to comply with the requirement of clause 36.1 above shall

constitute sufficient grounds for the annulment of the award, in which event the ONGC-VL may make the award to the next lowest evaluated bidder or call for new bids.

36.3 The Performance Guarantee will be returned within 60 days of completion of contract in all

respect/delivery period as per contract / supply order 37.0 CORRESPONDENCE

The Country Manager ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 Ofc 505 Torre A, World Trade Centre, Bogota, Colombia

Telephone No. +57 1 6386241 FAX No. +57 1 6211565

37.2 All correspondence from Bidders/ Contractor shall be made to the office of the Tender Issuing

Authority from where this tender has emanated.

Page 12: Document51

12

37.3 All correspondence shall bear reference to bid number. 38.0 REPRESENTATION FROM THE BIDDER:

The bidder(s) can submit representation(s) if any, in connection with the processing of the tender directly to:

The Country Manager ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 Ofc 505 Torre A, World Trade Centre, Bogota, Colombia

39.0 UNSOLICITED COMMUNICATIONS:

In case any bidder makes any unsolicited communication in any manner, after bids have been opened (for tenders processed either on single bid or on two bid basis), the bid submitted by the particular bidder shall be summarily rejected, irrespective of the circumstances for such unsolicited communication.

Further, if the tender has to be closed because of such rejection, and the job has to be re-tendered, then the particular bidder shall not be allowed to bid in the re-tender.

The above provision will not prevent any bidder from making representation in connection with processing of tender directly and only to the Competent Purchase Authority (CPA) as mentioned in the tender document. However, if such representation is found by CPA to be un-substantiated and / or frivolous and if the tender has to be closed because of the delays / disruptions caused by such representations and the job has to be re-tendered, then such bidder will not be allowed to participate in the re-invited tender.

In case, any bidder while making such representations to Competent Purchase Authority (CPA) also involves other officials of ONGC -VL and / or solicits / invokes external intervention other than as may be permitted under the law and if the tender has to be closed because of the delays / disruptions caused by such interventions and has to be re-tendered, then the particular bidder will not be allowed to participate in the re-invited tender.

Page 13: Document51

13

Appendix - 1

BIDDING DOCUMENT ACKNOWLEDGEMENT PROFORMA

Dated:................................. ONGC Videsh Limited - Sucursal Colombiana.

............................…………………………………….

...............................………………………………….. Dear Sirs, We hereby acknowledge receipt of a complete set of Bidding Documents consisting of …………. Annexure (along with their Appendices) enclosed to the "Invitation for Bid" pertaining to ____________________________________________ services against tender no.__________________ We have noted that the closing date for receipt of the tender by ONGC -VL is …………………at 1400 hrs. (COT) and opening at 1500 hrs. (COT) on the same day. We guarantee that the contents of the above said Bidding Documents will be kept confidential within our organization and text of the said documents shall remain the property of ONGC -VL and that the said documents are to be used only for the purpose intended by ONGC -VL. Our address for further correspondence on this tender will be as under:

………………………........................ ………………………........................ ………………………........................

TELEX NO: FAX NO: TELEPHONE NO: Yours faithfully, PERSONAL ATTENTION OF: (IF REQUIRED) (BIDDER)

Note: This form should be returned along with offer duly signed

Page 14: Document51

14

Appenxdix-2

BID SUBMISSION PROFORMA

Tender No............................ Contractor’s Address:

______________________ ________________________

Telephone No. FAX NO: E-Mail:

To, ONGC Videsh Limited - Sucursal Colombiana. Dear Sirs, 1. I/We hereby offer to supply the services detailed in schedule hereto or such portion thereof as

you specify in the Acceptance of Tender at the price given in the said schedule and agree to hold this offer open till __________________________________.

2. I/We have understood and complied with the "Instructions to Bidders" at Annexure - I, "Bid

Evaluation Criteria" at Annexure IV and accepted the "General Terms and Conditions" at Annexure II for providing services and have thoroughly examined and complied with the specifications, drawings, Special Conditions of Contract and/or pattern stipulated at Annexure IV hereto and am/are fully aware of the nature of the service required and my/our offer is to provide services strictly in accordance with the requirements.

3. The following pages have been added to and form part of this tender:- 4. Agreement at Appendix 3 on purchase of Bidding documents and submission of Tender has been

duly signed and returned herewith. Yours faithfully,

Signature of Bidder Address Dated

Signature of witness

Address Note: This form should be returned along with offer duly signed.

Page 15: Document51

15

Appendix - 3 AGREEMENT

No. Dated To, ONGC Videsh Limited - Sucursal Colombiana, ______________________________ _______________________________

Sub: ISSUE OF BIDDING DOCUMENTS Ref: TENDER No. ________________________

ONGC -VL and the Bidder agree that the Notice Inviting Tenders (NIT) is an offer made on the condition that the bidder will sign the Integrity Pact and the Bid would be kept open in its original form without variation or modification for a period of 90 days AND THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT. They confirm acceptance and compliance with the Integrity Pact in letter and spirit. They further agree that the contract consisting of the above conditions of NIT as the offer and the submission of Bid as the Acceptance shall be separate and distinct from the contract which will come into existence when bid is finally accepted by ONGC -VL. The consideration for this separate initial contract preceding the main contract is that ONGC -VL is not agreeable to issue the NIT/bid document to the Bidder and to consider the bid to be made except on the condition that the bid shall be kept open for 90 days after the last date fixed for the receipt of the bids and the Bidder desires to make a bid on this condition and after entering into this separate initial contract with ONGC -VL. ONGC -VL promises to consider the bid on this condition and the Bidder agrees to keep the bid open for the required period. These reciprocal promises form the consideration for this separate initial contract between the parties. If Bidder fails to honor the above terms and conditions, ONGC -VL shall have unqualified, absolute and unfettered right to debar participation in the bidder from future tenders. Yours faithfully Yours faithfully (BIDDER) (ONGC -VL) (One copy of this agreement duly signed must be returned along with offer.)

Page 16: Document51

16

Appendix – 4

Deleted

Appendix-4A

Deleted

Page 17: Document51

17

Appendix - 5 CHECK LIST

The bidders are advised in their own interest to ensure that the following points/aspects in particular have been complied with in their offer failing which the offer is liable to be rejected. 1. Please tick whichever is applicable and cross whichever is/are not applicable. 2. Please sign each sheet. 3. The check-list duly filled in must be returned along with the offer.

COMMERCIAL GROUP ‘A’

1. Have the rates, prices and totals, etc. been checked thoroughly before signing the tender? Yes No 2. Has the bidder’s past experience proforma (Appendix-6) been carefully filled and enclosed with the offer? Yes No 3. Whether firm prices have been quoted Yes No 4. Whether rates have been quoted exactly as per the price bid format? Yes No 5. Whether the period of validity of the offer is as required in bidding document? Yes No 6. Whether the offer has been signed indicating full name and clearly showing as to whether it has

been signed as Secretary Manager Partner Sole Proprietor Active Partner Preprocuraterium 7. If the Bidder is seeking business with ONGC-VL for the first time, has he given the details of the parties to whom the offered items/services have been provided in past along with their performance report? Yes No

8. Whether the offer is being sent in double cover, both the covers duly sealed and super scribed with tender Number and closing/opening date? Yes No 9. Is the offer being sent by Courier or proposed to be dropped in tender box? Sent by Courier Dropped in Tender Box

Page 18: Document51

18

Yes No Yes No 10. Has it been ensured that there are no over-writings in the offer? Have corrections been properly attested by the person signing the offer? Yes No 11. Are the pages of the offer consecutively numbered and an indication given on the front page of the offer as to how many pages are contained in the offer? Yes No 12. Has the offer been prepared in sufficient details/ clarity so as to avoid post tender opening clarifications/ amendments? Yes No

13. Whether Appendices 2 & 3 of Annexure-1 of the bidding document in original, duly filled in and signed and a confirmation that clauses of Annexure I and II are complied / accepted, enclosed with the offer ? Yes No 14. Whether all the clauses of the bidding document are accepted? Yes No

GROUP ‘B’ 1. Has the Bidder clearly accepted Income Tax Liability both for corporate and personal tax? Yes No

Technical

1. Whether necessary literature/catalogue of the equipment thereof has been attached with the offer? Yes No

2. Whether the materials/services being offered fully conform to the required technical specifications?

Yes No 3. If not, specify the extent of deviation and how it is suitable to ONGC-VL’s requirement? Yes No (Signature of the Bidder)

Page 19: Document51

19

APPENDIX – 6A

I. BIDDER’S PAST EXPERIENCE OF OFFSHORE 3D SEISMIC

DATA ACQUISITION PROFORMA

------------------------------------------------------------------------------------------------------------------ Sl. No. Client Country Year Description of Services Remarks Completed successfully ------------------------------------------------------------------------------------------------------------------

II EXPERIENCE OF TEAM MEMBERS LIKELY TO BE DEPUTED BY THE BIDDER FOR DATA ACQUISITION IN OFFSHORE AS PER SCOPE OF WORK ------------------------------------------------------------------------------------------------------------------ Sl. Name of the Level of the Years of Description of Services Year Team member Team member experience

------------------------------------------------------------------------------------------------------------------ Signature of the bidder Name Seal of the Company

Page 20: Document51

20

APPENDIX-6B

I. BIDDER’S PAST EXPERIENCE OF OFFSHORE 3D SEISMIC DATA

PROCESSING PROFORMA ------------------------------------------------------------------------------------------------------------------ Sl.No. Client Country Year Description of Services Remarks Completed successfully ------------------------------------------------------------------------------------------------------------------

II EXPERIENCE OF TEAM MEMBERS LIKELY TO BE DEPUTED BY THE BIDDER FOR DATA PROCESSING AS PER SCOPE OF WORK ------------------------------------------------------------------------------------------------------------------ Sl. Name of the Level of the Years of Description of Services Year Team member Team member experience

------------------------------------------------------------------------------------------------------------------ Signature of the bidder Name Seal of the Company

Page 21: Document51

21

Appendix – 7

AUTHORISATION LETTER FOR ATTENDING TENDER OPENING

To,

ONGC Videsh Limited - Sucursal Colombiana

NO. Date _______________ To, Subject: Tender No. _______________________________ ______________________ Sir,

Mr./Ms. ........................................................................................ has been authorized to be present at the time of opening of above tender due on................ at ....................., on my/our behalf.

Yours faithfully

Signature of Bidder Copy to: Mr./Ms. .......................………………………for information and for production before the Vice President Commercial ONGC-VL at the time of bid opening.

Page 22: Document51

22

Appendix - 8

PROFORMA CERTIFICATE ON RELATIVES

OF DIRECTORS OF ONGC -VL

This has reference to our proposed contract for ……….. …………to be entered into with ONGC-VL For the purpose of Section 297/299 of the Indian Companies Act, 1956, an extract enclosed at Appendix 8A, we certify that to the best of my/our knowledge: (i) I am not a relative of any Director of ONGC / ONGC -VL; (ii) We are not a firm in which a Director of ONGC / ONGC -VL or his relative is a partner; (iii) I am not a partner in a firm in which a Director of ONGC / ONGC -VL or his relative is a partner; (iv) We are not a private company in which a Director of ONGC / ONGC -VL is a Member or

Director; (v) We are not a company in which Directors of ONGC / ONGC -VL hold more than 2 % of the paid-up share capital of our company or vice-versa.

Authorized Signatory of The Contracting Party

Place... Date...

Page 23: Document51

23

Appendix – 9

List of acceptable foreign banks for acceptance of Bank Guarantee

Sl. No. Name of Bank

1 77Bank, Japan 2 Aareal Bank, Germany 3 Abu Dhabi Commercial Bank, United Arab Emirates 4 Agricultural Bank of China, China 5 Akbank, Turkey 6 Al Rajhi Bank, Saudi Arabia 7 Alfa Bank, Russia 8 Allied Irish Banks, Ireland 9 Alpha Bank, Greece 10 American Express Company, US 11 Anglo Irish Bank Corporation4, Ireland 12 ANZ Banking Group, Australia 13 Aozora Bank, Japan 14 Arab Bank, Jordan 15 Arab Banking Corporation, Bahrin 16 Arab National Bank, Saudi Arabia 17 Attijariwafabank, Morocco 18 Awal Bank, Bahrain 19 Banca Carige SpA, Italy 20 Banca March, Spain 21 Banca Monte dei Paschi di Siena Italy 22 Banca Popolare dell'Emilia Romagna, Italy 23 Banca Popolare di Milano, Italy 24 Banco BPI, Portugal 25 Banco Bradesco, Brazil 26 Banco de Chile, Chile 27 Banco de la Nacion Argentina, Argentina 28 Banco do Brasil, Brazil 29 Banco do Estado do Rio Grande do Sul (Banrisul), Brazil 30 Banco Espirito Santo Group, Portugal 31 Banco Inbursa, Mexico 32 Banco Pastor, Spain 33 Banco Popolare di Sondrio, Italy 34 Banco Popolare di Vicenza, Italy 35 Banco Popolare, Italy 36 Banco Popular Espanol, Spain 37 Banco Sabadell, Spain 38 Banco Safra, Brazil 39 Banco Santander, Spain 40 Bancolombia, Colombia 41 Bangkok Bank, Thailand

Page 24: Document51

24

Sl. No. Name of Bank

42 Bank Central Asia, Indoneshia 43 Bank Hapoalim, Israel. 44 Bank Leumi le-Israel BM, Israel. 45 Bank Nederlandse Gemeenten, Netherlands

46 Bank of America Corp, USA 47 Bank of Ayudhya, Thailand 48 Bank of Beijing, China 49 Bank of China, China 50 Bank of Communications, China 51 Bank of Cyprus Public Company, Cyprus 52 Bank of Ireland, Ireland 53 Bank of Jiangsu, China 54 Bank of Montreal, Canada 55 Bank of Moscow, Russia 56 Bank of New York Mellon, USA 57 Bank of Shanghai, China 58 Bank of Taiwan, Taiwan 59 Bank of Yokohama, Japan 60 Bank Rakyat Indonesia, Indonesia 61 Bankinter, Spain 62 Banque Cantonale Vaudoise, Switzerland 63 Banque et Caisse d’ Epargne de I’Etat Luxembourg, Luxembourg 64 Banque Saudi Fransi, Saudi Arabia 65 Barclays, United Kingdom 66 Basler Kantonalbank, Switzerland 67 Bayerische Landesbank, Germany 68 BB & T Corp, US 69 BBVA, Spain 70 Bilbao Bizkaia Kutxa, Spain 71 BNP Paribas, France 72 Caisse Centrale Desjardins Montreal,Canada 73 Caixa Catalunya, Spain 74 Caixa Economica Federal, Brazil 75 Caixa Galicia, Spain 76 Caixa Geral de Depositos, Portugal 77 Caixanova, Spain 78 Caja Mediterraneo, Spain 79 Caja de Ahorros de Murcia, Spain 80 Caja de Ahorros y Monte de Piedad de Madrid, Spain 81 Caja de Ahorros y Pen. de Barcelona - la Caixa, Spain 82 Caja Gipuzkoa San Sebastian, Spain 83 CajAstur, Spain 84 Canadian Imperial Bank of Commerce, Canada 85 Capital One Financial Corporation, USA 86 Cathay United Bank, Taiwan 87 Chang Hwa Commercial Bank, Taiwan 88 Chiba Bank, Japan

Page 25: Document51

25

Sl. No. Name of Bank

89 China CITIC Bank, China 90 China Construction Bank Corporation, China 91 China Everbright Bank, China. 92 China Merchants Bank, China 93 China Minsheng Banking Corp, China. 94 Chinatrust Commercial Bank, Taiwan 95 Chugoku Bank, Japan 96 Chuo Mitsui Trust Holdings, Japan 97 CIMB Group Holdings Berhad, Malaysia 98 Citigroup, USA 99 Comerica, USA 100 Commercial Bank of Qatar, Qatar 101 Commerzbank6, Germany 102 Commonwealth Bank Group, Australia 103 Credit Agricole Group, France 104 Credit Mutuel, France 105 Credit Suisse Group, Zurich, Switzerland 106 Credito Emiliano, Italy 107 Daishi Bank, Japan 108 Danske Bank, Denmark 109 DBS Bank, Singapore 110 DekaBank Group, Germany. 111 Deutsche Apotheker und Arztebank, Germany 112 Deutsche Bank, Germany 113 Deutsche Postbank, Germany 114 Dexia, Belgium 115 Discover Financial Services, US 116 DnB NOR Group, Norway 117 Dubai Islamic Bank, United Arab Emirates 118 DZ Bank, Germany 119 East West Bancorp, US 120 EFG Group, Luxembourg 121 Emirates NBD, United Arab Emirates 122 Erste Group Bank AG, Austria 123 FCE Bank Plc, United Kingdom 124 Fifth Third Bancorp, USA 125 First Bank of Nigeria, Nigeria 126 First Commercial Bank, Taiwan 127 First Gulf Bank, United Arab Emirates 128 First Horizon National Corp, USA 129 FirstRand Bank Holdings, South Africa 130 Fortis Bank (Nederland), Nederlands 131 Franklin Resources, USA 132 Gazprombank, Russia 133 GMAC Inc., US 134 Goldman Sachs, US 135 Groupe Banques Populaire, Morocco

Page 26: Document51

26

Sl. No. Name of Bank

136 Groupe BPCE10,, France 137 Grupo Bancaja, Spain 138 Grupo Financiero Banorte, Mexico 139 Guangdong Development Bank, China 140 Gunma Bank, Japan 141 Hachijuni Bank, Japan 142 Hamburger Sparkasse (Haspa), Germany 143 Hana Financial Group, Korea (South) 144 Harris Bankcrop, US 145 Helaba-Landesbank, Germany 146 Higo Bank, Japan 147 Hiroshima Bank, Japan 148 Hokuhoku Financial Group, Japan 149 HSBC Holdings, United Kingdom 150 HSH Nordbank, Germany 151 Hua Nan Financial Holdings, Taiwan 152 Huaxia Bank, China 153 Hudson City Bancorp., USA 154 Huntington Bancshares, US 155 Hypo Alpe-Adria-Bank, Austria 156 Hypo Real Estate Holding, Germany 157 Ibercaja, Spain 158 ICBC, China 159 IKB Deutsche Industriebank, Germany 160 Industrial Bank of Korea, Korea (South) 161 Industrial Bank, China 162 ING Bank, Netherlands 163 Intesa Sanpaolo , Italy 164 Investec Limited, South Africa 165 Irish Life & Permanent12, Ireland 166 Israel Discount Bank, Israel 167 Itau Unibanco Holding SA, Brazil 168 Iyo Bank, Japan 169 Joyo Bank, Japan 170 JP Morgan Chase & Co, USA 171 Julius Baer Group, Switzerland 172 Jyske Bank, Denmark 173 Kagoshima Bank, Japan 174 Kasikornbank PCL, Thailand 175 Kazkommertsbank, Kazakhstan 176 KBC Group, Belgium 177 KeyCorp, US 178 Kookmin Bank, Korea (South) 179 Krung Thai Bank, Thailand 180 Kuwait Finance House, Kuwait 181 Land Bank of Taiwan, Taiwan 182 Landesbank Baden-Wurttemberg, Germany

Page 27: Document51

27

Sl. No. Name of Bank

183 Landesbank Berlin Holding, Germany 184 Landwirtschaftliche Rentenbank, Germany 185 LGT Group, Liechtenstein 186 Lloyds Banking Group11, United Kingdom 187 M&T Bank Corporation, US 188 Macquarie Group, Australia 189 Marfin Popular Bank, Cyprus 190 Marshall & IIsley Corp, USA 191 Mashreqbank, United Arab Emirates 192 Maybank, Malaysia 193 Mega International Commercial Bank, Taiwan 194 Millenium bcp, Portugal 195 Mitsubishi UFJ Financial Group, Japan 196 Mizuho Financial Group, Japan 197 Morgan Stanley, US 198 National Agricultural Cooperative Federation, Korea(South) 199 National Australia Bank, Australia 200 National Bank of Abu Dhabi, United Arab Emirates 201 National Bank of Canada, Canada. 202 National Bank of Greece, Greece 203 National Bank of Kuwait, Kuwait 204 National Commercial Bank, Saudi Arabia. 205 Nedbank Group, South Africa 206 New York Community Bancorp, USA 207 Nishi-Nippon City Bank, Japan 208 Nomura Holdings, Japan 209 Norddeutsche Landesbank, Germany 210 Nordea Group, Sweden 211 Norinchukin Bank, Japan 212 Northern Trust Corporation, USA 213 Nykredit Bank A/S, Denmark 214 OCBC, Singapore 215 OP Pohjola Group, Finland 216 Osterreichische Volksbanken, Austria 217 OTP Bank, Hungary 218 Ping An Bank, China 219 Piraeus Bank Group, Greece 220 PKO Bank Polski, Poland 221 PNC Financial Service Group13, USA 222 Popular, Puerto Rico 223 PSK Group, Austria 224 PT Bank Mandiri (Persero) TBK, Indonesia 225 Public Bank (PBB), Malaysia 226 Qatar National Bank, Qatar 227 Rabobank Group, Netherlands 228 Raiffeisen Zentralbank Osterreich, Austria 229 Raiffeisenlandesbank Niederosterreich-Wien, Austria

Page 28: Document51

28

Sl. No. Name of Bank

230 Raiffeisenlandesbank Oberosterreich, Aktiengesellschaft, Austria 231 Regions Financial Corp, USA 232 Resona Holdings, Japan 233 RHB Bank Berhad, Malaysia 234 Riyad Bank, Saudi Arabia. 235 Royal Bank of Canada 236 Royal Bank of Scotland, United Kingdom 237 Russian Agriculture Bank, Russia 238 Sal Oppenheim16, Germany 239 Samba Financial Group, Saudi Arabia. 240 San-In Godo Bank, Japan 241 Sapporo Hokuyo Holdings, Japan 242 Saudi British Bank, Saudi Arabia 243 Sberbank, Russia. 244 Schroders, UK 245 Schweizer Verbank der Raiffeisenbanken, Switzerland. 246 Scotiabank, Canada 247 SEB, Sweden 248 Shangai Commercial & Savings Bank, Taiwan 249 Shanghai Pudong Development Bank, China. 250 Shenzhen Development Bank, China 251 Shinhan Financial Group, Korea (South) 252 Shinkin Central Bank, Japan 253 Shizuoka Bank, Japan 254 Shoko Chukin Bank, Japan. 255 Siam Commercial Bank, Thailand 256 SNS Bank, Netherlands 257 Societe Generale, France 258 Standard Bank Group, South Africa 259 Standard Chartered, United Kingdom 260 State Street Corp, US 261 Sumitomo Mitsui Financial Group, Japan 262 Sumitomo Trust & Banking Co, Japan 263 Suncorp-Metway, Australia 264 SunTrust Banks, USA 265 Swedbank, Sweden. 266 Sydbank Group, Denmark 267 Synovus Financial Corp, USA 268 Taipei Fubon Bank, Taiwan 269 Taiwan Cooperative Bank, Taiwan 270 TC Ziraat Bankasi, Turkey 271 The Bank of East Asia, Limited, Hong Kong 272 The Bank of Fukuoka, Japan 273 The Bank of Kyoto, Japan 274 The Co-operative Bank, UK 275 Toronto-Dominion Bank, Canada 276 Turkiye Garanti Bankasi, Turkey

Page 29: Document51

29

Sl. No. Name of Bank

277 Turkiye Halk Bankasi, Turkey 278 Turkiye Is Bankasi AS, Turkey. 279 UBI Banca, Italy 280 UBS, Switzerland 281 Unicaja, Spain 282 UniCredit, Italy 283 Union National Bank, United Arab Emirates 284 United Overseas Bank , Singapore 285 US Bancorp, US 286 VakifBank, Turkey 287 Van Lanschot NV, Netherlands 288 Veneto Banca Holding SCPA, Italy 289 Volkswagen Bank, Germany 290 VTB-Bank, Russia 291 Wells Fargo & Co, USA 292 WestLB, Germany 293 Westpac Banking Corporation, Australia 294 WGZ Bank, Germany 295 Woori Financial Group, Korea (South) 296 Wustenrot & Wurttemburgische, Germany 297 Yamaguchi Bank, Japan 298 Zenith Bank, Nigeria 299 Zions Bancorporation,, US 300 Zurcher Kantonalbank, Switzerland

Note: 1. Bank Guarantee from Calyon Bank, which is a constituent of the Credit Agricole Group, France (ranked 13th and appearing at Sl.No. 103 in the enclosed Annexure-1) and the Bank of Tokyo Mitsubishi UFJ Ltd., commercial bank from Mitsubishi UFJ Financial group, Japan (ranked 11th and appearing at serial No. 195 in the enclosed Annexure-1) shall also be acceptable. 2. If any bidder desires to furnish Bank Guarantee from a bank other than those included in the above list, such bidders are advised to furnish collateral security/ guarantee/ confirmation either from any one of the acceptable Banks listed above.

Page 30: Document51

30

Appendix - 10

PROFORMA FOR CHANGES/ MODIFICATIONS SOUGHT BY BIDDERS TO THE BIDDING CONDITIONS ONGC -VL expects the bidders to fully accept the terms and conditions of the bidding documents. However, changes/ modifications to the terms and conditions of bidding documents, if any proposed, can be communicated in the following proforma, in case pre-bid is not held. This can be used even in cases where pre-bid is held, to inform about the proposals in advance to the pre-bid date. Clause No. of Bidding Document

Full compliance/ not agreed

Changes/ modifications proposed by the Bidders

Impact on Cost /Contract completion Time Frame on accepting / rejecting proposed modifications

Signature of the Bidder ….............………….................... Name..........................…………. Seal of the Company ……………………………………… Note: - Bids maintaining or taking exceptions/deviations may not be considered and rejected.

Page 31: Document51

31

APPENDIX-11

COST OF VESSE(S) & EQUIPMENTS FITTED ONBOARD

Bidder is requested to indicate the cost of the vessel(s) and equipment (s) fitted on-board. ----------------------------------------------------------------------------------------------------------------- Sl. No. Name of vessel(s) offered Cost of vessel(s) along with fitted equipments ----------------------------------------------------------------------------------------------------------------- 1. 2. 3.

Authorised Signatory of the Contracting Party

Place: Date:

NOTE: The above amounts may be required for customs purpose (if applicable) only and not payable by ONGC-VL.

Page 32: Document51

32

APPENDIX-12

TENDER NO. …………………………..

UNDERTAKING (Ref Clause B1.7 & 1.8 of BEC)

We hereby undertake that we would obtain permission of relevant regulatory authorities in Colombia against the tender No. …………………………….before deploying the vessel(s) equipment for survey operations in Colombia. We also confirm that we are aware of Colombian regulations related to HSE and statutory permits, work laws and taxation. Place: Signature of the Bidder

Date: Name:

Seal of the Company

Page 33: Document51

33

ANNEXURE – II

MODEL CONTRACT AND GENERAL CONTRACT CONDITIONS (To be signed with the successful bidder) THIS Agreement is made and entered into on this.............day of……….Two Thousand Twelve by and between ONGC Videsh Limited - Sucursal Colombiana, a company existing under laws of Colombia identified with Nit 900.196.778.7, and having its office at address, Calle 100 No. 8A-37, Piso 5 X Ofc 505 Torre A, World Trade Centre, Bogota, Colombia, (hereinafter referred to as “ONGC-VL”) which expression shall include its successors, administrators, executors and assignees on the one part;

AND M/s ……………., a company registered under the companies Act with its Registered office at ……… referred to as the “CONTRACTOR” (which expression shall include its successors, administrators, executors and permitted assignees) on the other part. Whereas ONGC-VL is desirous of …………………….(description of services) for carrying out ONGC-VL’s operations conforming to specifications as set forth in the Scope of Work at Annexure-……of this agreement. And Whereas the CONTRACTOR represents that it has the necessary experience for carrying out ONGC-VL's operations as referred to herein and has submitted a bid for providing the required services against ONGC-VL’s Tender No………. all in accordance with the terms and conditions set forth herein and any other reasonable requirements of the ONGC-VL from time to time. And Whereas ONGC-VL's has accepted the bid of the CONTRACTOR and has placed Notification of Award vide its letter ……….. dated….………… on the CONTRACTOR. Now it is hereby agreed to by and between the parties as under: 1. DEFINITIONS: 1.0 Unless inconsistent with or otherwise indicated by the context, the following terms stipulated in this CONTRACT shall have the meaning as defined hereunder. 1.1 CONTRACT Shall mean a written CONTRACT signed between ONGC-VL and the CONTRACTOR (the successful bidder) including subsequent amendments to the CONTRACT in writing thereto. 1.2 ONGC-VL/ONGC-VL: ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 X Ofc 505 Torre A, World Trade Centre, Bogota, Colombia and shall include its legal representatives, successors and permitted assignees. 1.3 SITE Shall mean the place in which the operations/services are to be carried out or places approved by the ONGC-VL for the purposes of the CONTRACT together with any other places designated in the CONTRACT as forming part of the site.

Page 34: Document51

34

1.4 ONGC-VL’S SITE REPRESENTATIVE/ENGINEER Shall mean the person or the persons appointed by ONGC-VL from time to time to act on its behalf at the site for overall co-ordination, supervision and project management at site. 1.5 CONTRACTOR: Shall mean any person/ persons/ firm/ company etc. to whom work has been awarded and whose bid has been accepted by ONGC-VL and shall include its authorised representatives, successors and permitted assignees. 1.6 SUB-CONTRACT: Shall mean order/ contract placed by the CONTRACTOR for any portion of the CONTRACT or work sublet with necessary written consent of ONGC-VL on third party. Such sub-letting shall not relieve the CONTRACTOR from any obligation, duty or responsibility under the CONTRACT. 1.7 SUB-CONTRACTOR: Shall mean any person or persons or firm or their legal representatives, successors, assignees to whom part of CONTRACT has been sublet by the CONTRACTOR after necessary consent of ONGC-VL. 1.8 CONTRACTOR’S REPRESENTATIVE Shall mean such person/or persons duly appointed representative at the site and base as the CONTRACTOR may designate in writing to the ONGC-VL as having authority to act for the CONTRACTOR in matters affecting the work and to provide the requisite services. 1.9 CONTRACT PRICE Shall mean the sum accepted or the sum calculated in accordance with the rates accepted by ONGC-VL and amendments thereof, and shall include all fees, registration and other charges paid to statutory authorities without any liability on ONGC-VL for any of these charges. The prices will remain firm during currency of the CONTRACT unless specifically agreed to in writing by ONGC-VL. 1.10 DAY Shall mean a calendar day of twenty-four (24) consecutive hours beginning at 0000 hours with reference to local time at the site. 1.11 EQUIPMENT/MATERIALS/GOODS: Shall mean and include any equipment, machinery, instruments, stores, goods which CONTRACTOR is required to provide to the ONGC-VL for/under the CONTRACT and amendments thereto. 1.12 WORKS / OPERATIONS: Shall mean all work to be performed by the CONTRACTOR as specified in the Scope of Work under this CONTRACT. 1.13 GUARANTEE:

Page 35: Document51

35

Shall mean the period and other conditions governing the warranty/guarantee of the works as provided in the CONTRACT. 1.14 MOBILISATION: Please refer clause no. 10.1 of Annexure-III 1.15 DEMOBILISATION: Please refer clause no. 10.2 of Annexure-III 1.16 DRAWINGS: Shall mean and include all Engineering sketches, general arrangements/ layout drawings, sectional plans, all elevations, etc. related to the CONTRACT together with modification and revision thereto. 1.17 SPECIFICATIONS: Shall mean and include detailed description, statements to technical data, performance characteristics, and standards (Indian as well as International) as applicable and as specified in the CONTRACT. 1.18 INSPECTORS: Shall mean any person or outside Agency nominated by ONGC-VL to inspect equipment, materials and services, if any, in the CONTRACT stage-wise as well as final as per the terms of the CONTRACT. 1.19 TESTS: Shall mean such process or processes to be carried out by the CONTRACTOR as are prescribed in the CONTRACT considered necessary by ONGC-VL or their representative in CONTRACT to ascertain quality, workmanship, performance and efficiency of equipment or services thereof. 1.20 FACILITY: Shall mean all property of the ONGC-VL owned or hired by ONGC-VL. 1.21 THIRD PARTY Shall mean any group, ONGC-VL, person or persons who may be engaged in activity associated with the work specified but who shall remain at an arm’s length from the work and who shall not have a direct responsibility or authority under the terms of this CONTRACT. 1.22 APPROVAL: Shall mean and include the written consent duly signed by ONGC-VL or their representative in respect of all documents, drawings or other particulars in relation to the CONTRACT 1.23 SINGULAR/ PLURAL WORDS: Save where the context otherwise requires, words imparting singular number shall include the plural and vice versa and words imparting neutral gender shall include masculine or feminine gender and vice versa.

Page 36: Document51

36

1.24 GROSS NEGLIGENCE Shall mean any act or failure to act (whether sole, joint or concurrent) by a person or entity which was intended to cause, or which was in reckless disregard of or wanton indifference to, avoidable and harmful consequences such person or entity knew, or should have known, would result from such act or failure to act. Notwithstanding the foregoing, Gross negligence shall not include any action taken in good faith for the safeguard of life or property, 1.25 WILLFUL MISCONDUCT Shall mean intentional disregard of good and prudent standards of performance or proper conduct under the CONTRACT with knowledge that it is likely to result in any injury to any person or persons or loss or damage of property. 2.0 SCOPE OF WORK/CONTRACT: Scope of the CONTRACT shall be as defined in the CONTRACT, specifications, drawings and annexure thereto at Annexure-III. 3.0 CONTRACT PERIOD AND PROJECT COMPLETION SCHEDULE: Please refer Clause 3 of Annexure-III. 4.0 NOTICES AND ADDRESSES: For the purposes of this CONTRACT, the addresses of the parties will be as follows and all correspondence and notices in relations to the present CONTRACT sent to the parties at the addresses mentioned below shall be deemed to be sufficient service of notice on the parties. All such notices as well as reports, invoices and other relevant material shall be addressed to the parties as per the address given below: 4.1 ONGC-VIDESH LIMITED

The Country Manager ONGC Videsh Limited - Sucursal Colombiana, Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 Ofc 505 Torre A, World Trade Centre, Bogota, Colombia

Telephone No. +57 1 638 6241

FAX No. + 57 1 6211565 4.2 CONTRACTOR’S REGISTERED OFFICE AND ADDRESS

…………………….. …………………….. ……………………. Fax:………………. 5.0 DUTIES AND POWER /AUTHORITY : 5.1 The duties and authorities of the ONGC-VL’s site representative are to act on behalf of the ONGC-VL for:

Page 37: Document51

37

(i) Overall supervision, co-ordination and Project Management at site (ii) Proper utilization of equipment and services.

(iii) Monitoring of performance and progress (iv) Commenting/ countersigning on reports made by the CONTRACTOR’s representative

at site in respect of works, receipts, and consumption etc. after satisfying himself with the facts of the respective cases.

(v) He shall have the authority, but not obligation at all times and any time to inspect/test/examine/ verify any equipment machinery, instruments, tools, materials, personnel, procedures and reports etc. directly or indirectly pertaining to the execution of the work. However this shall not construe to imply an acceptance by the inspector. Hence, the overall responsibility of quality of work shall rest solely with the CONTRACTOR.

(vi) Each and every document emerging from site in support of any claim by the contractor has to have the countersignature/ comments of the ONGC-VL’s representative/engineer without which no claim will be entertained by the ONGC-VL.

5.2 CONTRACTOR’s representative:

(i) The CONTRACTOR’s representative shall have all the powers requisite for the performance of the works.

(ii) He shall liaise with ONGC-VL’s representative for the proper co-ordination and timely completion of the works and on any matter pertaining to the works.

(iii) He will extend full co-operation to ONGC-VL’s representative/inspector in the manner required by them for supervision/inspection/observation of equipment, material, procedures, performance, reports and records pertaining to works.

(iv) To have complete charge of CONTRACTOR’s personnel engaged in the performance of the work and to ensure compliance of rules and regulations and safety practice.

6. CONTRACT DOCUMENT : 6.1 Governing language: The governing language for the CONTRACT shall be English. All CONTRACT documents and all correspondence and communication to be given and all other documentation to be prepared and supplied under the CONTRACT shall be written in English and the CONTRACT shall be construed and interpreted in accordance with English language. 6.2 Entire Agreement :

The CONTRACT constitutes the entire agreement between the ONGC-VL and the CONTRACTOR with respect to the subject matter of the CONTRACT and supersedes all communication, negotiations and agreement (whether written or oral) of the parties with respect thereto made prior to the date of this agreement. 6.3 Save where the context otherwise requires, words imparting singular number shall include the plural and vice versa and words imparting neutral gender shall include masculine or feminine gender and vice versa.

Page 38: Document51

38

6.4 Modification in CONTRACT: All modifications leading to changes in the CONTRACT with respect to technical and/or commercial aspects, including terms of delivery, shall be considered valid only when accepted in writing by ONGC-VL by issuing amendment to the CONTRACT. ONGC-VL shall not be bound by any printed conditions, provisions in the CONTRACTOR's BID, forms of acknowledgement of CONTRACT, invoice, packing list and other documents which purport to impose any condition at variance with or supplement to CONTRACT. 6.5 Assignment: The CONTRACTOR shall not, save with the previous consent in writing of the ONGC-VL, sublet/SUB-CONTRACT, transfer or assign the CONTRACT or any part thereof in any manner whatsoever. However, such consent shall not relieve the CONTRACTOR from any obligation, duty or responsibility under the CONTRACT and CONTRACTOR shall be fully responsible for the services hereunder and for the execution and performance of the CONTRACT. 6.6 Waivers and amendments:

a) Waivers: - It is fully understood and agreed that none of the terms and conditions of this CONTRACT shall be deemed waived by either party unless such waiver is executed in writing only by the duly authorized agents or representative of both the parties. The failure of either party to execute any right shall not act as a waiver of such right by such party.

b) Amendments: - It is agreed that CONTRACTOR shall carry out work in accordance with the completion program to be furnished by the ONGC-VL which may be amended from time to time by reasonable modifications as ONGC-VL sees fit.

7.0 REMUNERATION AND TERMS OF PAYMENT

(Please refer to clause 15 of Annexure-III) 7.1 ONGC-VL shall pay to CONTRACTOR for the services, to be provided by the CONTRACTOR as per the Scope of Work (Annexure-III), as per the price Schedule at Annexure-D. The rates payable, shall be firm during the entire CONTRACT period, including extension period, if any. 7.2 All Bills along with relevant supporting documents shall be submitted in triplicate addressed to the Country Manager, Colombia 7.3 Invoices with original supporting documents duly countersigned by the ONGC-VL’s representative/ engineer wherever applicable will be submitted (indicate the periodicity) by the CONTRACTOR to ONGC-VL and payment shall be made within 30 days from the date of receipt of invoice at the above office. 7.4 In the event of any dispute in a portion or whole of any invoice, the ONGC-VL shall make payment of undisputed portion and shall promptly notify the CONTRACTOR’s representative in writing for the remaining portion in CONTRACT to mutually resolve the dispute and if resolved in part or full, payment shall be made to the CONTRACTOR within 30 days of such settlement. 7.5 ONGC-VL's right to question the amounts claimed

Payment of any invoice shall not prejudice the right of the Operator to question the allow ability under this Agreement of any amounts claimed therein, provided ONGC-VL, within one year beyond the expiry of each CONTRACT year, delivers to CONTRACTOR, written notice identifying any item or

Page 39: Document51

39

items which it questions and specifying the reasons therefore. Should ONGC-VL so notify CONTRACTOR, such adjustment shall be made as the parties shall agree. These provisions shall be reciprocal for similar rights to the CONTRACTOR. The CONTRACTOR shall provide on demand a complete and correct set of records pertaining to all costs for which it claims reimbursement from ONGC-VL and as to any payment provided for hereunder, which is to be made on the basis of CONTRACTOR's costs. 8.0 CLAIMS, TAXES & DUTITES, FEES AND ACCOUNTIING :- 8.1 Claims CONTRACTOR agrees to pay all claims, taxes and fees for equipment, labour, materials, services and supplies to be furnished by it hereunder and agrees to allow no lien or charge resulting from such claims to be fixed upon any property of ONGC-VL. ONGC-VL may, at its option, pay and discharge any liens or overdue charges for CONTRACTOR’s equipment, labor, materials, services and supplies under this CONTRACT and may thereupon deduct the amount or amounts so paid from any sum due, or thereafter become due, to CONTRACTOR hereunder and ONGC-VL shall charge an amount of 10% of the Invoiced Value towards Management and Administration of such Services. 8.2 Notice of Claims:- CONTRACTOR or ONGC-VL, as the case may be, shall promptly give the other, notice in writing of any claim made or proceeding commenced for which that party is entitled to indemnification under the CONTRACT. Each party shall confer with the other concerning the defense of any such claims or proceeding, shall permit the other to be represented by counsel in defense thereof, and shall not effect settlement of or compromise any such claim or proceeding without the other’s written consent. 8.3 Taxes:- CONTRACTOR, unless specified otherwise in the CONTRACT, shall bear all tax liabilities, duties, Govt. levies etc. including customs duty, Corporate and personnel taxes levied or imposed on the CONTRACTOR on account of payments received by it from the ONGC-VL for the work done under this CONTRACT. It shall be the responsibility of the CONTRACTOR to submit to the concerned authorities, the returns and all other concerned documents required for this purpose and to comply in all respects with the requirements of the laws in this regard, in time. 8.4 Personnel Taxes:- The CONTRACTOR shall bear all personnel taxes levied or imposed on its personnel, SUB-CONTRACTOR’s personnel, vendors, consultants etc. on account of payment received under this CONTRACT. 8.5 Corporate Taxes:- The CONTRACTOR shall bear all corporate taxes, levied or imposed on the CONTRACTOR on account of payments received by it from the ONGC-VL for the work done under this CONTRACT. 8.6 If it is so required by the applicable laws in force at the time of payment, the ONGC-VL shall withhold from the amount due to the CONTRACTOR and pay to the Tax authorities any tax levied or assessed on account of the CONTRACTOR’s operations pursuant to this CONTRACT.

Page 40: Document51

40

8.7 For the lapse, if any on the part of the CONTRACTOR and consequential penal action taken by the Tax department, the ONGC-VL shall not take any responsibility whether financial or otherwise. 8.8 “Withholding Tax on services”: The amount of Withholding Tax applicable in Colombia can be offset against the Income Tax that the CONTRACTOR shall ultimately be liable to pay to the Government. As a consequence, prices are considered including of Withholding Tax and it is Liability of the Bidder/Contractor.

8.9 Value Added Taxes In accordance with the provisions of Article 8.0, all taxes mentioned herein, except Value Added Tax (V.A.T.), are deemed already taken into account in the prices, rates or fees specified hereto. Where applicable, the invoices shall indicate CONTRACTOR’s V.A.T. based on the profit of the bidder/contractor and it should be quoted separately in the Price Format.

9.0 PERFORMANCE:- The CONTRACTOR shall undertake to perform all services under this CONTRACT with all-reasonable skill, diligence and care in accordance with sound industry practice to the satisfaction of the ONGC-VL and accept full responsibility for the satisfactory quality of such services as performed by them. Any defect, deficiencies noticed in the CONTRACTOR’s service will be promptly remedied by the CONTRACTOR within 10 days upon the receipt of written notice from the ONGC-VL to improve their performance failing which the ONGC-VL may terminate the CONTRACT by giving the CONTRACTOR 30 (thirty) day’s written notice. 10.0 PERFORMANCE BOND:- The CONTRACTOR shall furnish to the ONGC-VL within 15 days from the date of fax CONTRACT/ Letter of Intent (LOI), security deposit (7.5% of contract value) in the form of a Bank draft or an irrevocable Bank Guarantee (as per the proforma enclosed at Appendix-I of this Annexure II) for the period specified in the bid document/ Notification of Award/ LOI, towards performance under this CONTRACT. In the event CONTRACTOR fails to honour any of the commitments entered into under this agreement, and /or in respect of any amount due from the CONTRACTOR to the ONGC-VL, the ONGC-VL shall have unconditional option under the guarantee to invoke the above bank guarantee and claim the amount from the bank. The bank shall be obliged to pay the amount to the ONGC-VL on demand. 11.0 IMPORT AND IMPORT CLEARANCE:- All imports and clearance under this CONTRACT shall be done by the CONTRACTOR and ONGC-VL will not provide any assistance in this regard. 12.0 DISCIPLINE:- CONTRACTOR shall carry out operations hereunder with due diligence and in a safe and workman like manner according to good international oilfield practice. CONTRACTOR shall maintain strict discipline and good CONTRACT among its employees and its SUB-CONTRACTOR’s employees and shall abide by and conform to all rules and regulations promulgated by the ONGC-VL governing the operations. Should ONGC-VL feel that the conduct of any of CONTRACTOR/SUB-CONTRACTOR’s employees is detrimental to ONGC-VL’s interest, the ONGC-VL shall have the unqualified right to request for the removal of such employee either for incompetence, unreliability, misbehavior, security reasons etc. while on or off the job. The CONTRACTOR shall comply with any such request to remove

Page 41: Document51

41

such personnel at CONTRACTOR’s expense unconditionally. The CONTRACTOR will be allowed a maximum of 05 working days to replace the person by competent qualified person at CONTRACTOR’s cost. 13. SAFETY AND LABOUR LAWS:- CONTRACTOR shall comply with the provision of all laws including Labor Laws, rules, regulations and notifications issued there under from time to time. All safety and labor laws enforced by statutory agencies and by ONGC-VL shall be applicable in the performance of this CONTRACT and CONTRACTOR shall abide by these laws. CONTRACTOR shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions. No smoking shall be permitted outside the living quarters, and welding jobs will be carried out with full safety precautions. ONGC-VL’s employee also shall comply with safety procedures/policy. The CONTRACTOR shall report as soon as possible any evidence which may indicate or is likely to lead to an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations. 13.1 Verification of character and antecedents of Contractual Manpower In all contracts involving deployment of Contractor’s manpower within ONGC-VL’s premises like plants, offices, installations, rigs, stock yards etc., the Contractor shall submit the following documents to ONGC-VL prior to start of work: (i) Undertaking from the Contractor that the character and antecedents of the person(s) proposed to be deployed by them is/are impeccable. (ii) Undertaking from the Contractor that they have scrutinized the previous working of the person(s) proposed to be deployed by them and there is nothing adverse as regards his/her character and antecedent. 14. SECRECY:- CONTRACTOR shall during the tenure of the CONTRACT and at anytime thereafter maintain in the strictest confidence all information relating to the work and shall not, unless so authorised in writing by ONGC-VL, divulge or grant access to any information about the work or its results and shall prevent anyone becoming acquainted with either through CONTRACTOR or its personnel or authorised SUB-Contractors or agents. CONTRACTOR shall not avail of the information obtained in the course of work hereunder in any manner, whatsoever, nor shall CONTRACTOR divulge any information about the location of the work area of part thereof. CONTRACTOR shall not also destroy any report, note and technical data relating to the operation/ work and not required by the ONGC-VL. The obligation is continuing one and shall survive after the completion/ termination of this agreement.

15. STATUTORY REQUIREMENTS:- During the tenure of this CONTRACT nothing shall be done by the CONTRACTOR in contravention of any law, act and/or rules/regulations of Colombia there under or any amendment thereof governing interalia customs stowaways, foreign exchange etc. 16. INSURANCE:-

Page 42: Document51

42

A) CONTRACTOR shall, at his own expense, arrange appropriate insurance to cover all risks assumed by the CONTRACTOR under this CONTRACT in respect of its personnel deputed under this CONTRACT as well as CONTRACTOR’s equipment, tools and any other belongings of the CONTRACTOR or their personnel during the entire period of their engagement in connection with this CONTRACT. ONGC-VL will have no liability on this account. B) Waiver of subrogation: All insurance policies of the CONTRACTOR with respect to the operations conducted hereunder as set forth in clause 13 hereof, shall be endorsed by the underwriter in accordance with the following policy wording:- “The insurers hereby waive their rights of subrogation against any individual, ONGC-VL, affiliates or assignees for whom or with whom the assured may be operating to the extent of the Contractual indemnities undertaken by the CONTRACTOR”.

C) Certificate of Insurance: Before commencing performance of the CONTRACT, CONTRACTOR shall upon request furnish ONGC-VL with certificates of insurance indicating (1) kinds and amounts of insurance as required herein (2) insurance ONGC-VL or companies carrying the aforesaid coverage (3) effective and expiry dates of policies (4) that ONGC-VL shall be given thirty (30) days written advance notice of any material change in the policy (5) waiver of subrogation endorsement has been attached to all policies and (6) the territorial limits of all policies. If any of the above policy expire or/ are cancelled during the term of this CONTRACT and CONTRACTOR fails for any reason to renew such policies, then ONGC-VL may replace same and charge the cost thereof to CONTRACTOR. Should there be lapse in any insurance required to be carried out by CONTRACTOR hereunder for any reason, losses resulting there from shall be to the sole account of the CONTRACTOR. Such insurance shall be effected with an Insurance Company of international repute.

D) Deductible: - That portion of any loss not covered by insurance provided for in this article solely by reason of deductible provision in such insurance policies shall be to the account of the CONTRACTOR.

E) CONTRACTOR shall require all of its SUB-Contractors to provide such of the foregoing insurance cover as the CONTRACTOR is obligated to provide under this CONTRACT. 17. INDEMNITY AGREEMENT:- 17.1 Indemnity by Contractor: Unless otherwise specified elsewhere in this contract, CONTRACTOR shall indemnify and keep indemnified ONGC-VL, its contractors (other than the CONTRACTOR) and/or sub-contractors and its/their employees from all actions, proceedings suits, claims, demands, liabilities, damages, losses, costs, charges, expenses(including without limitation, wreck or debris, removal costs, where wreck or debris removal is ordered by a competent authority) judgments and fines arising out of or in the course of or caused by the execution of work under the CONTRACT or other obligations hereunder directly or indirectly associated herewith and arising from : a) personal injury, illness or death of :

i) any of Contractor’s or subcontractor’s personnel (even if caused by or contributed to by

the negligence or fault of ONGC-VL; and ii) subject to clause 17.2 (a) (I) any other person to the extent the injury, illness or death is

caused by the negligence or fault of the Contractor or Contractor’s personnel or subcontractors or subcontractor’s personnel and

Page 43: Document51

43

b) loss or damage to : ii) any property owned, hired or supplied by Contractor or Contractor’s personnel or

subcontractors or subcontractor’s personnel including Constructional Plant (even if caused by, or contributed to by, the negligence or fault of ONGC-VL); or

ii) Subject to clause 17.2 (b) (I) any other property to the extent the loss or damage is caused by the negligence or fault of the Contractor or Contractor’s personnel or subcontractors or subcontractor’s personnel.

17.2 Indemnity by ONGC-VL :

Unless otherwise specified elsewhere in this contract ONGC-VL shall indemnify and keep indemnified CONTRACTOR (which expression in this clause includes, unless the context otherwise requires. Subcontractors of any tier and their employees) from all actions, proceedings, suits, claims, demands, liabilities, damages, losses, costs, charges, expenses and fines arising from :

a) personal injury, illness or death of i) any employee of the ONGC-VL (even if caused by or contributed to by the negligence

or fault of Contractor); ii) subject to clause 17.1 (a) (I) any other person to the extent that the injury, illness or

death is caused by the negligence or fault of ONGC-VL ; and

b) Any loss or damage to:

i) Any property owned, hired or supplied by ONGC-VL (even if caused by or contributed to by the negligence or fault of Contractor); except to the extent that such property is in the care or custody of Contractor in connection with the work under the Contract.

ii) Subject to clause 17.1 (b) (I) any loss or damage to any other property to the extent the loss or damage is caused by the negligence or fault of ONGC-VL.

18. TERMINATION:- 18.1 Termination on expiry of the CONTRACT

This Agreement shall be deemed to have been automatically terminated on the expiry of the CONTRACT period unless the ONGC-VL has exercised its option to extend this CONTRACT in accordance with the provisions, if any, of this CONTRACT. 18.2 Termination on account of force majeure. Either party shall have the right to terminate this CONTRACT on account of Force Majeure, as set forth in clause 23. 18.3 Termination on account of insolvency In the event the CONTRACTOR or its collaborator at any time during the term of this Agreement becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the ONGC-VL shall, by a notice in writing have the right to terminate this CONTRACT and all the CONTRACTOR's rights and privileges hereunder, shall stand terminated forthwith.

Page 44: Document51

44

18.4 Termination for unsatisfactory performance If the ONGC-VL considers that the performance of the CONTRACTOR is unsatisfactory or, not upto the expected standard, the ONGC-VL shall notify the CONTRACTOR in writing and specify in detail the cause of such dissatisfaction. The ONGC-VL shall have the option to terminate this Agreement by giving 30 days notice in writing to the CONTRACTOR, if, CONTRACTOR fails to comply with the requisitions contained in the said written notice issued by the ONGC-VL. 18.5 Consequences of termination In all cases of termination herein set forth, the obligation of the ONGC-VL to pay shall be limited to the period upto the date of termination. Notwithstanding the termination of this Agreement, the parties shall continue to be bound by the provisions of this Agreement that reasonably require some action or forbearance after such termination. In case of termination of CONTRACT herein set forth except under 18.1 and 18.2, the CONTRACTOR shall be put on holiday [i.e. neither any enquiry will be issued to the party by ONGC-VL against any type of tender nor their offer will be considered by ONGC-VL against any ongoing tender(s) where contract between ONGC-VL and that particular CONTRACTOR (as a bidder) has not been finalized] for two years from the date of termination by ONGC-VL to such CONTRACTOR. 19. SEVERABILITY:- Should any provision of this agreement be found to be invalid, illegal or otherwise not enforceable by any court of law, such finding shall not affect the remaining provisions hereto and they shall remain binding on the parties hereto.

20. DELETED:- 21. CHANGE IN LAW:- In the event of any change or amendment of any Act or law, Rules or Regulations of Govt. of Colombia or Public Body or any change in the interpretation or enforcement of any said Act or law, rules or regulations by Colombian Govt. or public body which becomes effective after the date as advised by the ONGC-VL for submission of final price bid for this CONTRACT and which results in increased cost of the works under the CONTRACT through increased liability of taxes, (other than personnel and Corporate taxes), duties, the CONTRACTOR shall be indemnified for any such increased cost by the ONGC-VL subject to the production of documentary proof to the satisfaction of the ONGC-VL to the extent which is attributable to such change or amendment as mentioned above. Similarly, if any change or amendment of any Act or Law, Rules or regulations of any Govt. or public body or any change in the interpretation or enforcement of any said Act or Law, rules or regulations by Colombian Govt. or public body becomes effective after the date as advised by the ONGC-VL for submission of final price bid of this CONTRACT and which results in any decrease in the cost of the project through reduced liability of taxes, (other than personnel and Corporate taxes) duties, the CONTRACTOR shall pass on the benefits of such reduced cost, taxes or duties to the ONGC-VL. Notwithstanding the above mentioned provisions, ONGC-VL shall not bear any liability in respect of (I) Personnel taxes on the employees of CONTRACTOR and the employees of all its SUB-Contractors etc. (ii) Corporate taxes in respect of the CONTRACTOR and its SUB-Contractors etc. 22. LIABILITY OF THE GOVERNMENT OF INDIA:-

Page 45: Document51

45

It is expressly understood and agreed by and between the CONTRACTOR and ONGC-VL that ONGC-VL is entering into this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Govt. of India is not a party to this agreement and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that ONGC-VL is an independent legal entity with power and authority to enter into CONTRACTs solely in its behalf under the applicable laws of Colombia and general principles of CONTRACT Law. The CONTRACTOR expressly agrees, acknowledges and understands that ONGC-VL and its parent companies are not an agent, representative or delegate of the Govt. of India. It is further understood and agreed that the Govt. of India is not and shall not be liable for any acts, omissions, and commission, breaches or other wrongs arising out of the CONTRACT. Accordingly, CONTRACTOR hereby expressly waives, releases and forgoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Govt. of India arising out of this CONTRACT and covenants not to the Govt. of India as to any manner, claim, cause of action or thing whatsoever arising of under this CONTRACT. 23. FORCE MAJEURE:-

In the event of either party being rendered unable by Force Majeure to perform any obligation required to be performed by them under the CONTRACT, the relative obligation of the party affected by such Force Majeure shall be suspended for the period during which such cause lasts. The term “Force Majeure" as employed herein shall mean acts of God, War, Civil Riots, Fire directly affecting the performance of the CONTRACT, Flood and Acts and Regulations of respective government of the two parties, namely ONGC-VL and the CONTRACTOR. Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing, the beginning of the cause amounting to Force Majeure as also the ending of the said clause by giving notice to the other party within 72 hours of the ending of the cause respectively. If deliveries are suspended by Force Majeure conditions lasting for more than 2 (two) months, ONGC-VL shall have the option of canceling this CONTRACT in whole or part at his discretion without any liability at his part. Such Force Majeure situations shall be paid at 2/3rd (Two Third) of standby rate for a period of first 8 (eight) days, and if such Force Majeure situation continues to last, then the CONTRACTOR shall be paid at 1/3rd (One Third) of the standby rate for a further period of 7 (seven) days, after which zero rate shall be payable to the CONTRACTOR and either party shall have the right to terminate this CONTRACT by giving 15 (Fifteen) days’ notice unless otherwise mutually agreed. Time for performance of the relative obligation suspended by Force Majeure shall then stand extended by the period for which such cause lasts. The Parties hereto agree that waiting on weather/waiting on daylight shall not be considered as Force Majeure. Weather in this case means temporary conditions of wind, waves or tides, which makes it unsafe or hazardous to conduct operations hereunder. The standby clause No.16 shall apply for such conditions. 24. EMPLOYMENT BY FIRMS TO OFFICIALS OF ONGC-VL OR ITS PARENT COMPANY:- Firms/companies who have or had business relations with ONGC-VL or its parent companies are advised not to employ serving employees of ONGC-VL or its parent companies without prior permission. It is also advised not to employ ex-personnel of ONGC-VL within the initial two years period after their retirement/resignation/severance from the service without specific permission of

Page 46: Document51

46

ONGC-VL. The ONGC-VL or its parent companies may decide not to deal with such firms who fail to comply with the above advice. 25. PREFERENCE TO LOCAL COMPANIES:- CONTRACTOR agrees to give priority and preference to locally owned companies, when hiring Sub CONTRACTOR, subject to price, quality and delivery being equivalent. 26. JURISDICTION AND APPLICABLE LAW:- This Agreement including all matter connected with this Agreement, shall be governed by the laws of Colombia (both substantive and procedural) for the time being in force and shall be subject to exclusive jurisdiction of the Colombian Courts (the place where the CONTRACT is signed in Colombia). Foreign companies, operating in Colombia or entering into Joint ventures in Colombia, shall have to obey the law of the Land and there shall be no compromise or excuse for the ignorance of the Colombian legal system in any way. 27. ARBITRATION:- Except as otherwise provided elsewhere in the CONTRACT if any dispute, difference, question or disagreement arises, at any time before or after completion or abandonment of work, between the parties hereto or their respective representatives, at any time in connection with construction, meaning, operation, effect, interpretation or out of the CONTRACT or breach thereof the same shall be referred to and finally resolved through Arbitration. The Arbitral Proceedings shall be conducted in accordance with the Arbitration rules of UNCITRAL. The number of Arbitrators shall be three. The party desiring the settlement of dispute shall give notice of its intention to go for arbitration clearly stating all disputes to be decided by arbitration and appoint its own arbitrator and call upon the other party to appoint its arbitrator within 30 days. The two arbitrators so appointed shall appoint the third arbitrator. The seat/place of arbitration shall be Geneva. The Language to be used in arbitral proceedings shall be English. 28. CONTINUANCE OF THE CONTRACT: - Notwithstanding any disagreement, dispute, protest, request for arbitration or court proceedings relating directly or indirectly to the works, at all times CONTRACTOR shall proceed with the work in accordance with the determinations, instructions and clarifications of ONGC-VL. If the CONTRACTOR fails to proceed with the work, he shall be considered to be in default. CONTRACTOR shall be held liable for any costs and expenses arising from its failure to do so. During the period CONTRACTOR is proceeding with the work, he shall be paid the undisputed portion of his claim or payment, which is under the CONTRACT as the case may be. 29. INTERPRETATION: - The titles and headings of the Annexures in this CONTRACT are inserted for convenient reference only and shall not be construed and limiting or extending the meaning of any provisions of this CONTRACT. 30.0 ENTIRE AGREEMENT: - This Agreement supersedes all prior Agreements and commitments, whether oral or in writing between the parties concerning the subject matters thereof. The right of either party to require strict performances will not be affected by any previous waiver or course of dealing. Neither this Agreement

Page 47: Document51

47

nor any modification will be binding on a party unless signed by an authorised representative of CONTRACTOR and ONGC-VL. 31.0 PATENT INDEMNITY

31.1. The CONTRACTOR shall, subject to the ONGC-VL’s compliance with Sub-Clause below, indemnify and hold harmless the ONGC-VL and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the ONGC-VL may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of:

(a) the installation of the Items by the CONTRACTOR or the use of the Items in the country where the Site is located; and

(b) the sale in any country of the products produced by the Items.

Such indemnity shall not cover any use of the Items or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Items or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the CONTRACTOR, pursuant to the Contract.

31.2. If any proceedings are brought or any claim is made against the ONGC-VL arising out of the matters referred to in GCC above Sub-Clause, the ONGC-VL shall promptly give the CONTRACTOR a notice thereof, and the CONTRACTOR may at its own expense and in the ONGC-VL’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

31.3. If the CONTRACTOR fails to notify the ONGC-VL within twenty-eight (28) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the ONGC-VL shall be free to conduct the same on its own behalf.

31.4. The ONGC-VL shall, at the CONTRACTOR’s request, afford all available assistance to the CONTRACTOR in conducting such proceedings or claim, and shall be reimbursed by the CONTRACTOR for all reasonable expenses incurred in so doing.

31.5. The ONGC-VL shall indemnify and hold harmless the CONTRACTOR and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the CONTRACTOR may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the ONGC-VL. 32.0 INDEPENDENT CONTRACTOR STATUS:-

The CONTRACTOR shall act as an independent contractor performing the CONTRACT. The Contract does not create any agency, partnership, joint ventures or joint relationship between the parties.

Subject to all compliance with the CONTRACT, the CONTRACTOR shall be solely responsible for the manner in which works are performed. All employees, representatives or sub-CONTRACTORs engaged by the CONTRACTOR in performing the CONTRACT shall be under the complete control of

Page 48: Document51

48

the CONTRACTOR and shall not be deemed to be employees of the ONGC-VL and nothing contained in the CONTRACT or in any sub-CONTRACT awarded by the CONTRACTOR shall be construed to create any contractual relationship between any such employees or representative or Sub-CONTRACTOR and the ONGC-VL. CONTRACTOR shall be responsible for the acts, defaults or negligence of the CONTRACTOR, his agencies, servant or workmen. 33.0 EXPORT/RE-EXPORT CONTROL RESTRICTIONS:-

In case there are certain export / re-export control restrictions imposed by parent country of the Contractor(s) w.r.t the items (i.e. goods, equipment, services, or technology) offered by them to ONGC-VL regarding their end use or the end user or regarding their usage in certain other countries, then the Contractor can intimate about same while quoting in the ONGC-VL’s tender(s). Such intimation by the Contractor about the items (i.e. goods, equipment, services, or technology) being covered under export control regulations will not lead to rejection of the offer(s) in ONGC-VL’s tenders. Further, in case of award of Contract on such bidder(s), it should be stipulated therein that the items (i.e. goods, equipment, services, or technology) being procured against this CONTRACT would be used by ONGC-VL for exploration and exploitation of hydrocarbons in Colombia only. However, if for any reasons whatsoever the end use or end user of these items are required to be changed or if these goods are to be taken for use in countries outside Colombia, then ONGC-VL would request the Contractor to obtain consent from the concerned authority in their country. 34.0 INTEGRITY PACT:- The Integrity pact, duly signed by the authorized official of ONGC-VL and the Contractor, will form part of this contract / supply order. 35.0 LIMITATION OF LIABILITY:- Notwithstanding any other provisions, except only in cases of willful misconduct and / or criminal acts, a) Neither the Contractor nor the Company (ONGC-VL) shall be liable to the other, whether in Contract, tort, or otherwise, for any consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided however that this exclusion shall not apply to any obligation of the Contractor to pay Liquidated Damages to the Company and b) Notwithstanding any other provisions incorporated elsewhere in the contract, the aggregate liability of the Contractor in respect of this contract, whether under the Contract, in tort or otherwise, shall not exceed 50% of the annualized Contract Price, provided however that this limitation shall not apply to the cost of repairing or replacing defective equipment by the Contractor, or to any obligation of the Contractor to indemnify the Company with respect to Intellectual Property Rights. c) Company shall indemnify and keep indemnified Contractor harmless from and against any and all claims, costs, losses and liabilities in excess of the aggregate liability amount in terms of clause (b) above.

Page 49: Document51

49

Appendix - 1

Proforma of Bank Guarantee towards Performance Security. PERFORMANCE GUARANTEE

Ref. No. _______________________________ Bank Guarantee No _______________ Dated ___________________________ To, ONGC Videsh Limited- Sucursal Colombiana _____________________________ Dear Sirs, 1. In consideration of ONGC Videsh Limited - Sucursal Colombiana, a company existing under the laws of Colombia and having its Office at Nit 900.196.778.7, Direccion: Calle 100 No. 8A-37, Piso 5 X Ofc 505 Torre A, World Trade Centre, Bogota, Colombia (hereinafter referred to as `ONGC-VL', which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and assignees) having entered into a CONTRACT No. __________________ dated _______________ (hereinafter called 'the CONTRACT' which expression shall include all the amendments thereto) with M/s __________________________ having its registered/head office at ______________________(hereinafter referred to as the 'CONTRACTOR') which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assignees) and ONGC-VL having agreed that the CONTRACTOR shall furnish to ONGC-VL a performance guarantee for US$ .............. for the faithful performance of the entire CONTRACT. 2. We (name of the bank) _______registered under the laws of ____ having head/registered office at __________ (hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or meaning thereof, include all its successors, administrators, executors and permitted assignees) do hereby guarantee and undertake to pay immediately on first demand in writing any /all moneys to the extent of US$ (in figures) ______(US Dollars (in words)__________) without any demur, reservation, contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by ONGC-VL on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these presents being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is discharged by ONGC-VL in writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the CONTRACTOR and shall remain valid, binding and operative against the bank. 3. The Bank also agrees that ONGC-VL at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance, without proceeding against the CONTRACTOR and notwithstanding any security or other guarantee that ONGC-VL may have in relation to the CONTRACTOR’s liabilities. 4. The Bank further agrees that ONGC-VL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT or to extend time of performance by the said CONTRACTOR(s) from time to time or to postpone for any time or from time to time exercise of any of the powers vested in ONGC-VL against the said CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the part of ONGC-VL or any indulgence by ONGC-VL to the said CONTRACTOR(s) or any such matter or thing

Page 50: Document51

50

whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the CONTRACT and all dues of ONGC-VL under or by virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till ONGC-VL discharges this guarantee in writing, whichever is earlier. 6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of ONGC-VL or that of the CONTRACTOR. 7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue. 8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Colombian Laws and subject to the exclusive jurisdiction of Colombian Courts of the place from where the purchase CONTRACT has been placed. 9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to US$ (in figures) ______________ (US Dollars (in words) ____________________) and our guarantee shall remain in force until ______________________. (indicate the date of expiry of bank guarantee)

Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of ONGC-VL under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of ONGC-VL under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorised officer has set its hand and stamp on this........ day of ........20__ at..................... WITNESS NO. 1 -------------------------- ------------------------- (Signature) (Signature) Full name and official Full name, designation and Address (in legible letters) address (in legible letters) with Bank stamp Attorney as per power of Attorney No.......... WITNESS NO. 2 Dated.................... -------------------------- (Signature) Full name and official address (in legible letters)

Page 51: Document51

51

INSTRUCTIONS FOR FURNISHING PERFORMANCE GUARANTEE

1. Parties are requested to execute bank guarantee as par law in their country. 2. The expiry date should be arrived at by adding 60 days to the CONTRACT completion date unless otherwise specified in the bidding documents. 3. Bank Guarantee from Bank acceptable to ONGC-VL (whether situated in CONTRACTOR's country or in India) will be considered. A list of banks acceptable to ONGC-VL is enclosed at Appendix-9 of Annexure I of this bidding document for this purpose. If any foreign bidder desires to furnish guarantee from a bank other than those included in the list, such bidder should furnish collateral security/guarantee/ confirmation from any of these 300 banks or the State Bank of India.

Page 52: Document51

52

Annexure-III

SCOPE OF WORK AND SPECIAL TERMS AND CONDITIONS OF CONTRACT

1. SCOPE OF WORK

CONTRACTOR shall with his own personnel and equipment, plan and execute acquisition of 3D Seismic Data and Processing in blocks RC-8 and RC-10 in Colombia Offshore, COLOMBIA, as per details indicated in Annexure-III. The seismic data acquisition shall be carried out as specified in Appendix-"A" and "B" with professional competence and in an efficient manner and provide ONGC-VL with the best standards of work customarily provided by reputed Geophysical contractors to major Oil companies in the Oil Industry.

The bathymetry map which will be provided by ONGC-VL, will be used by the CONTRACTOR to plan for the safe and efficient acquisition of data, to fulfill the objectives of the surveys. The area proposed for the 3D seismic data acquisition is given in the table below.

Sl Exploration

Block Area

Areas where 3D data to be acquired as shown in the map

* Full fold acquisition area appx. (SKM)

Required seismic data bin size (m)

* Approx. Water depth within the block (m)

1 RC-8 RUBI (Northern) 310 6.25 m * 25 m 100-700

2 RC-10 POLY1 (Western Part) 346 6.25 m * 25 m 500-1700

POLY2 (Eastern Part) 283 6.25 m * 25 m 100-1000

Total 939 The full fold area of acquisition of approximately 939 Sq.Km. Quality Control of the survey to be conducted is the responsibility of the CONTRACTOR. However, ONGC-VL's officers and representatives will be associated with the work throughout the contract period to ensure security, confidentiality and Quality Control of data to be acquired and for overall coordination of the activity.

For completion of the job satisfactorily within the specified time period, seismic vessel with minimum 6 streamers shall be required.

The minimum required basic processing to ascertain onboard QC shall be carried out for the acquired seismic data in the survey areas mentioned in Appendix-H. Online QC System for this purpose shall be operational and made available.

After Acquisition & Processing completed, CONTRACTOR will arrange for packing, Insurance, customs and other formalities and safe transportation of data tape cartridges & Processed data to handover/send the data as mentioned below along with other technical information as described in Clause 7.

For the Block RC-8: 5 sets

(i) COUNTRY MANAGER, ONGC-VL-VIDESH LIMITED, COLOMBIA/ ONGC-VL-VIDESH LIMITED,NEW DELHI (REPORTS IN ENGLISH)

Page 53: Document51

53

(ii) M/S. PETROBRAS, BOGOTA, COLOMBIA (REPORTS IN SPANISH)

(iii) M/s. ECOPETROL, BOGOTA,COLOMBIA (REPORTS IN SPANISH)

(iv) ANH, BOGOTA,COLOMBIA (REPORTS IN SPANISH)

(v) DEPARTMENTS OF GEOLOGY & MINES, BOGOTA, COLOMBIA (REPORTS IN SPANISH)

For the Block RC-10: 4 sets

(i) COUNTRY MANAGER, ONGC-VL-VIDESH LIMITED, COLOMBIA/ ONGC-VL-VIDESH LIMITED,NEW DELHI (REPORTS IN ENGLISH)

(ii) M/s. ECOPETROL, BOGOTA, COLOMBIA (REPORTS IN SPANISH)

(iii) ANH, BOGOTA,COLOMBIA (REPORTS IN SPANISH)

(iv) DEPARTMENTS OF GEOLOGY & MINES, BOGOTA, COLOMBIA (REPORTS IN SPANISH)

2. VOLUME OF WORK

2.1 The total volume of Seismic data acquisition in the blocks RC-8 and RC-10 is approximately 939 SKM full fold. The infill required to fulfill nominal acceptable foldage as per mid-point coverage criteria for bid evaluation is 20%.

The work standard & QC norms as stipulated in Appendix-A shall be applicable for the purpose of acceptance.

The charges will be payable as per actual work done at the unit rates specified in the price schedule at Appendix-D. Payment will be made only for the acquisition of full fold data.

2.2 Additional Volume

The ONGC-VL at its discretion may add on up to 20% of the volume of work. If the additional work is awarded, the add-on work will be on mutual consent. It would be on same rates, terms and conditions for similar areas. Pro rata standby for transits between work areas for add on volume would be borne by ONGC-VL. The entire work volume including the add-on work, if any, shall be completed within the stipulated contract period as indicated below. LD/PBG will be applicable proportionate to additional volume of work.

3. CONTRACT PERIOD, MOBILISATION AND SCHEDULE OF COMPLETION

3.1 This contract shall be deemed to have come into effect from the date of Letter of Award/Acceptance and shall remain valid for a period of 9 months (8 months for DIMAR approval, mobilization, data acquisition & processing and one month for final submission of processed data). ONGC VL has already submitted EIA report to DIMAR on 1st Aug 2011. However another report consisting of vessel details and crew details etc is required to be submitted to DIMAR for getting their concept for the deployment of the vessel. Contractor has to provide these required details within a week on getting NOA. Contractor or its agent shall be required to expedite the clearance from DIMAR for early deployment of vessel

3.2 ONGC-VL shall prioritize the Blocks and within the Blocks CONTRACTOR has the option to prioritize the work as given in the tender document and mobilise accordingly with the prior intimation to the ONGC-VL (Also refer to Note: 1 of clause 3.3 hereunder). Mobilization shall be deemed to be complete when:

Page 54: Document51

54

(a) All the offered vessel(s) and equipments are mobilized. Mobilisation charges will be paid only when the vessel from the short listed vessel(s) is deployed and put on for survey work as per the relevant clause.

(b) All the equipment are fully tested, calibrated and put into operation as specified in Appendix “A” and also acquisition of 100 LKM (CMP) of data is completed and accepted by ONGC-VL QC representative.

Mobilisation charges will be paid only upon fulfillment of the above two conditions.

3.3 DATA ACQUISITION

The entire volume of 3D Seismic data as indicated in Annexure-III shall be acquired by the CONTRACTOR within the contract period with specifications as given in Appendix-A.

CONTRACTOR shall also perform basic processing for QC purpose only, of awarded volume of full fold seismic data as indicated in Annexure-III onboard the vessel (s), on day to day basis

Note: 1. During the proposed survey period under this tender, Seismic surveys near the

survey areas by other agencies may also go on concurrently. It will be necessary to prioritize the area to avoid seismic interference from other surveys (Refer clause 3.2 above).

2 It is observed that the fair weather window for data acquisition in Colombia Offshore basin is from May to November. Contractor will have to ascertain the same through the information available in the public domain.

4. EXTENSION IN CONTRACT PERIOD

4.1 In the event the CONTRACTOR is not able to complete data acquisition work during the above stipulated period, ONGC-VL shall have an option to extend the CONTRACT under the same rates, terms and conditions, provided that the additional time is due to one of the following situations :

Force Majeure as per clause No.23 of the Annexure-II.

Bad weather conditions, as decided by the ONGC-VL which do not permit the acquisition work to be conducted under the stipulated work standards.

Standby period beyond the permissible limits as indicated in clause 16.1, if requested by ONGC-VL.

Non-fulfillment of ONGC-VL’s obligations under this agreement.

4.2 If the data acquisition work extends and enters into monsoon season due to any of the reasons listed above in clause No.4.1 ONGC-VL at its option may ask the CONTRACTOR to temporarily suspend the acquisition work and resume the work immediately in the beginning of the fair weather season.

In such case, additional Re-mobilisation/Demobilisation charges, if carried out, shall be borne by ONGC-VL at the original Mob/Demob rates indicated in price elements of price schedule (Appendix-D). The charges of 1st stage demobilisation shall be paid only on the re-mobilisation of marine spread, if required, as defined at clause no.3.2 above.

Page 55: Document51

55

However, ONGC-VL has the option to accept the data acquisition as completed if the shortfall is within 10 % of the stipulated volume in case the data acquisition work enters into bad weather season.

4.3 If entire scope of work is not completed within project completion schedule, due to reasons attributable to contractor, then contractor shall arrange re-mobilisation of vessel(s), equipment and personnel after monsoon at its cost and complete the work with the approval of ONGC-VL.

5. SCHEDULE OF OPERATIONS

5.1 CONTRACTOR shall mobilise the survey vessel(s) and all the required equipment along with

personnel to commence the work as soon as possible after the issue of Letter of Award so that the entire work as per scope of work is completed by the stipulated date.

5.2 CONTRACTOR shall make the vessel(s) and its equipment available at the initial port of call

in COLOMBIA specified by ONGC-VL, for inspection by Colombian authorities for clearance from security angle before the commencement of survey work. It will be the responsibility of the contractor to give sufficient time to the Colombian Authorities for this purpose.

5.3 ONGC-VL reserves the right, before the commencement of work, to inspect and approve

CONTRACTOR's vessel(s) and equipment after they are fully assembled and made ready for data acquisition. Technical and HSE audit may be undertaken.

5.4. The CONTRACTOR shall make available the services of a competent representative for the

planning and design of the proposed 3D Seismic Survey as per the requirements given here, within 15 days of Letter of Award (LOA). This representative of the CONTRACTOR in association with the ONGC-VL's representatives shall prepare a Project Report giving full details of the plan of work. The Project Report should also contain the full description of the quality management methods to be employed by the Contractor to achieve the required quality standard, safety plan, emergency response, HSE, interfaces and contacts etc.

5.5 The map indicating 3D area co-ordinates which are given by ONGC-VL based on 2D Seismic Surveys carried out in season 2009-2010. However, minor modification of survey area, if required by ONGC-VL can be made with mutual consent in the same volume of work. The CONTRACTOR will arrange for the preparation of pre-plots of the survey lines & conversion of co-ordinates from one datum to another, if required.

5.6 The schedule of field operations will be finalised between ONGC-VL's representative and

CONTRACTOR's Party Manager prior to or on the arrival of the survey vessel(s) and other equipment at the base station/port of operation. ONGC-VL's representatives and CONTRACTOR's Party Manager shall jointly have the option of rescheduling the sequence of shooting the lines during the course of survey.

5.7 Once the schedule of operations is finalised as per clause 5.6, neither ONGC-VL (except as

provided in clause 5.8) nor CONTRACTOR will modify or cancel any part or whole of the programme, without mutual consent.

Page 56: Document51

56

5.8 If at the insistence of ONGC-VL or its authorised representative, the Survey is temporarily stopped or the vessel(s) is displaced due to modification or cancellation of the scheduled operations, ONGC-VL shall pay to CONTRACTOR standby charges as per clause 16.1 of the tender document.

5.9 INTIMATION TO FISHERIES DEPT. & FISHING COMMUNITIES: It is compulsory to

provide advance information regarding the seismic operations in areas having bathymetry upto 40 fathoms, to fishing authorities and fishing communities.

6. PROVISION OF EQUIPMENT, PERSONNEL & FACILITIES

6.1 CONTRACTOR shall provide fully equipped Survey vessel(s), with spares and consumables

of whatsoever nature necessary for the full and proper execution of the work hereunder. Equipment and facilities to be supplied by CONTRACTOR shall conform to the specifications contained in Appendix-"A".

6.2 The CONTRACTOR shall provide all competent personnel for manning of the vessel and

survey work together with all necessary supervisors who should be fluent in English language. On ONGC-VL's request, CONTRACTOR shall remove and replace at his own expenses any of the CONTRACTOR's personnel whose presence is considered undesirable in the opinion of the ONGC-VL. The Bio-data of the personnel shall be provided before the actual deployment.

6.3 The CONTRACTOR shall be responsible for and shall provide all requirements of its

personnel, and of sub- contractors, if any, including but not limited to housing, normal medical services, boarding, transportation (air, marine and land), vacation, salaries and all amenities, termination payments and all immigration requirements at no extra charge to ONGC-VL.

6.4 CONTRACTOR shall be responsible for insuring its personnel against injury and death and

for insurance of all offshore and onshore Equipment, vessel(s) etc.

7. REPORTS & SCHEDULE OF PERFORMANCE

CONTRACTOR shall submit to the ONGC-VL the following at no extra cost.

7.1 Daily progress report of volume of surveys completed in the proforma (as per Appendix-"F1"

enclosed) by Telefax/E-mail. 7.2 Consolidated daily reports for each month (as per Appendix-"G") in the agreed form, signed

by CONTRACTOR and countersigned by ONGC-VL representative. 7.3 A summary of progress report of surveys conducted along with single trace on-board sections

and a hard copy of Navigation Data printouts, once in a month or at the time of each port call/crew change of ONGC-VL.

7.4 FIVE copies of operational field reports including bathymetry survey and Navigation report in

proper form within one month after the completion of field operations, for the Block RC-8 as mentioned Clause-1 of annexure III

Page 57: Document51

57

7.5 FIVE copies of Navigation post plots as per item A.9 of Appendix-"A” are to be submitted within one month after the completion of the survey, for the Block RC-8 as mentioned Clause-1 of annexure III

7.6 FOUR copies of operational field reports including bathymetry survey and Navigation report

in proper form within one month after the completion of field operations, for the Block RC-10 as mentioned Clause-1 of annexure III.

7.7 FOUR copies of Navigation post plots as per item A.9 of Appendix-"A” are to be submitted

within one month after the completion of the survey, for the Block RC-10 as mentioned Clause-1 of annexure III.

7.8 CONTRACTOR should provide Seismic and Navigation and Bin data as mentioned in the

clause.1 of annexure III on IBM 3592 or equivalent compatible cartridge. The details of deliverables are to be provided as per the format given in Appendix K of the tender document.

7.9 Bathymetry and Meteorological data as per format given in Appendix ‘H’ and ‘Appendix ‘J’

of Annexure-III on a CD/DVD in duplicate for each block separately.

8. REPRESENTATION

8.1 At the commencement of the work and during the period of field survey, CONTRACTOR shall

have his Operational Manager available to the ONGC-VL's representative, so as to provide him with all explanations and information pertaining to the progress of work. CONTRACTOR's representative shall be responsible for the general conduct of operations and shall accept the instructions and notices on behalf of CONTRACTOR.

8.2 CONTRACTOR shall arrange to provide boarding (Indian/Colombian food) and lodging on

the survey vessel(s) upto a maximum of 6 (six) of the ONGC-VL and/or Colombian Government personnel for quality control and supervision of work during the field operation at no extra cost to ONGC-VL. This shall include DIMAR personnel as well as MMO, MFO or any other personnel as may be requested by the concept of MoE/DIMAR/ANH.

8.3 The CONTRACTOR shall arrange for crew change of ONGC-VL’s QC personnel after a

sailing period of preferably 14 days but not exceeding 35 days (in case of operational requirement), at no extra cost to ONGC-VL. The crew change should be affected by suitable and safe mode of passenger transportation. In case the crew change is done by boat, the same shall be carried out from the nearest port and suitable arrangement of berth and food shall be provided for long journey.

8.4 To ensure fast co-ordination, timely and effective professional communication between

ONGC-VL and the CONTRACTOR on various issues/points related to this project, CONTRACTOR shall position in Colombia duly authorised Resident Representative having qualifications and/or experience of at least Three (3) years on line professional experience in various aspects of seismic activities / operations and its management which are related to petroleum exploration. The said Resident Representative must be positioned in BOGOTA for the period starting from the date the contract comes into effect till the date the contract is formally completed in all respects.

9. QUALITY OF WORK

Page 58: Document51

58

Quality Control of the 3D Seismic is the responsibility of CONTRACTOR. The CONTRACTOR shall carry out the services in a fully professional manner and warrant that the survey information produced shall be of a quality acceptable to ONGC-VL as specified in the CONTRACT document. Should the survey information produced is not of a quality acceptable to ONGC-VL, then the CONTRACTOR undertakes to re-perform that part of the services causing dissatisfaction, at his own expenses. ONGC-VL's standards of performance shall be the normally accepted standards of the Geophysical Industry.

10. TERMS OF AGREED PRICES

10.1 Mobilisation charges include delivery of vessel(s) required to be deployed for the job in the

area of operation, after completing all legal formalities at the initial port of call, mobilisation of all offered equipment, personnel to the work areas and completion of all required instrument tests and streamer balancing and after the regular production work starts, as specified in clause 3 above.

10.2 Demobilisation charges shall include transit of vessel(s) from the work area to a suitable port, after completion of assigned work, and sufficient time at Dockside to remove all ONGC-VL's data from the vessel(s).

The demobilization charges will however be payable after fulfilling following conditions:

10.2.1 The equipment spares and consumables imported into Colombia but not consumed during the survey work are re-exported upon completion of contract.

10.2.2 The contract has not been terminated on account of unsatisfactory performance.

10.2.3 Handing over the data/deliverables to ONGC-VL

Conditions as per clause 4.2 shall apply for payment of demobilisation charges in case of extension of contract period for the reasons listed in clause no.4.1.

10.3 There shall be no extra charges payable by ONGC-VL for establishment of sufficient number of Reference Stations for DGPS, to cover the area of survey.

10.4 The rates for 3D data acquisition are all inclusive and inter-alia include charges for bathymetry survey and operation, maintenance, upkeep, repair/replacement of vessel(s), equipment, instruments, hardware and software and all other equipment used for the survey work. Any damage/loss of the vessel(s), equipment etc. deployed for the work shall be the CONTRACTOR's liability.

10.5

(a) The rates include cost of fuel and lubricants used in the survey vessel(s), papers, strip charts, photographic products, magnetic tapes/cartridges, consumables, computer stationery and all other expenditure required for work, incurred by CONTRACTOR during the course of 3D Seismic data acquisition and also costs of 10.5 (b) to (h) as follows.

(b) Cost of providing boarding and lodging on-board the Survey vessel(s) up to 6 (six) ONGC-VL's/Government of Colombia's representatives and arranging the transportation of MMO/MFO/DIMAR representative. Payment to MMO/MMO/DIMAR representative or their concerned agency shall be the responsibility of contractor..

(c) Payment of all applicable taxes and duties in any jurisdiction / country on material and services for the work under the contract. The bidder shall use its best judgment in the applicability of taxes and duties as mentioned elsewhere in the document.

(d) Royalty payment of fees and utilisation of patent rights, if any.

Page 59: Document51

59

(e) The cost connected with port calls, pilotage and harbour dues, etc.

(f) The cost connected for line changes anywhere within the work area.

(g) The cost connected with reports etc. as per clause 7

(h) Any expenses towards clearing of fishing activity and any compensation to the fishermen or any society shall be borne by the CONTRACTOR.

10.6 Processing of DGPS Navigation Data is CONTRACTOR's responsibility and shall be done at no extra cost to ONGC-VL. CONTRACTOR shall also prepare post plots of survey lines and supply to ONGC-VL all outputs as per item A.9 of Appendix-"A" within one month after completion of data Acquisition. Data acquisition rates shall be inclusive of cost of acquisition and data processing rates shall include processing and submission of reports on processing of DGPS positioning data and preparation of post plots of survey lines.

10.7 CONTRACT prices shall be firm and fixed for the period of the CONTRACT and the

CONTRACTOR shall not be entitled to any compensation for any variation in wage rates, cost of materials, overheads and any other reasons whatsoever.

10.8 CONTRACTOR's rates for standby charges are as per day rate (Ref. clause 16 below, and item no. (c) of Appendix "D").

10.9 For the purpose of computation of charges for seismic data acquisition, the chargeable line Kilometers length is defined as the product of the number of acceptable shots ( difference between first and last full fold shot points minus bad shots) and the shot point interval multiplied by number of sub-surface lines recorded and accepted,. The payment will be restricted for full fold only. . For infill data acquisition, the payment shall be restricted to number of infill lines, actually infilled. No payment shall be made for run-in/run-out and overlap shots.

The work standard and QC norms as stipulated in appendix A. shall be applicable for purpose of acceptance of foldage and payment.

10.10 The data acquisition rates shall be inclusive of all costs for DGPS as primary Navigation

system.

10.11 Data acquisition rates shall be inclusive of processing of DGPS positioning data and preparation of post plots of survey lines.

10.12 All expenses towards cost of collection of data and other technical information, packing, handling, transportation, completion of all customs/statutory formalities, freight, insurance, etc. for handing over data to ONGC-VL, Colombia or any other designated premises of ONGC-VL after all formalities shall be borne by the Contractor. The insurance policy shall be arranged preferably from any internationally reputed insurance companies and shall be submitted to ONGC-VL along with other documents.

11.1 CUSTOM DUTY/IMPORT DUTY

Contractor shall be responsible for payment and compliance of all regulatory requirements for all taxes and duties including Custom Duty. Contractor shall keep himself aware of the Customs duty provisions and relaxations/ exemptions, if any and quote the rates with a view to avail the same.

a. IMPORT, EXPORT, TRANSPORTATION, INSURANCE AND CLEARANCES

All imports, exports and clearances under the contract shall be done by the Contractor and ONGC-VL will not provide any assistance in this regard except to the extent as

Page 60: Document51

60

covered in the clause 11.2 hereunder. However, the contractor shall provide copy of all import related documents.

b. RE-EXPORT OF THE SURVEY VESSEL(S) & EQUIPMENT ALONG-WITH

CONSUMABLES, SPARES, ETC. AND DUTY DRAWBACK

The equipment, unutilized spares, accessories etc. imported to Colombia for providing service needs to be re-exported by the bidder upon the completion of the terms of contract or any extended period thereof at their own expense. Bidder must furnish an undertaking that “the equipment imported and also spares & accessories which remained unutilized after the expiry of contract would be re-exported at his own cost after completion of contractual obligation after observing all the formalities/rules as per relevant rules, regulations or Act of Govt. of Colombia applicable on the subject”. Immediately after re-export, bidder would furnish to ONGC-VL, details and other relevant documents as a proof of re-export. In case of non-observance of formalities of any provisions of the relevant rules, regulations or Act of Govt. of Colombia, the contractor shall be held solely responsible for all the liabilities including the payment of Customs Duty and penalties to the Govt. on each issue. Non-compliance of these provisions will be treated, as breach of contract and their performance bond will be forfeited.

c. TRANSPORTATION CHARGES

All transportation expenses shall be to the CONTRACTOR's account.

d. IMPORT

Import of blank tapes/cartridges, hardware, software, films, other consumables,

accessories, etc. required for data acquisition and submission of reports shall be the responsibility of CONTRACTOR at its own cost. The CONTRACTOR will arrange clearance of such items at the port.

11.2 ONGC-VL'S RESPONSIBILITIES

ONGC-VL shall, on the request of contractor, arrange necessary assistance by way of

recommendation letters, etc. in obtaining necessary Government permits, licenses required for importing the hardware, software, tapes/cartridges and other accessories required for data acquisition work. Failure by CONTRACTOR to obtain assistance shall not relieve the CONTRACTOR from the obligations to secure the same at its cost. However ONGC-VL shall not assume any responsibility for getting any approvals/ permits / licenses etc.

Note: The recommendatory letter will be given only for those items, which are either consumed during the execution of work, or for those equipment/tools, which are undertaken to be re-exported by the bidder. The recommendatory letter will not be issued when the bidder imports the equipment/tools on acquisition basis and does not undertake to re-export the same after the completion of the contract.

12. OTHER OBLIGATIONS OF CONTRACTOR

12.1 CONTRACTOR shall upon completion of the work return to ONGC-VL all originals and

copies of maps, documents, recorded magnetic tapes/cartridges and all other data supplied to them or generated by them in connection with the work. These are the absolute property of

Page 61: Document51

61

the ONGC-VL. CONTRACTOR has to ensure that after completion of the work, all the information will be deleted from the system.

12.2 CONTRACTOR shall comply with Colombian Laws and Regulations of Government of

Colombia including but not limited to Laws in respect of Navigation, use of wireless sets, maps and charts, entry regulations, security restrictions, foreign exchange, work permits, import of equipment, employment of Colombian nationals and local customs. For any claim, fine, infringement of patents brought about by CONTRACTOR's failure to comply with the existing laws and regulations, the same will be the sole responsibility and liability of CONTRACTOR except when the ONGC-VL has undertaken such responsibilities under the CONTRACT herein. ONGC-VL will, however, provide necessary advice and assistance as and when asked for in this regard by CONTRACTOR.

12.3 The CONTRACTOR shall arrange formalities and documentation required for the discharge

from the vessel(s) all recorded data on magnetic tapes/cartridges which are the absolute property of the ONGC-VL, in a properly packed and secured manner and deliver the same to ONGC-VL's representative at a place assigned within Colombia by ONGC-VL. All expenses to be incurred for such action are to be borne by CONTRACTOR.

12.4 Particulars of format of recording of Navigational and other related data will be furnished by CONTRACTOR to the ONGC-VL for approval.

12.5 Ship to shore communication facility (E-mail, Fax, Voice etc.) shall be available to ONGC-VL's on-board representative for direct communication with ONGC-VL's office at no extra cost to the ONGC-VL.

12.6 Contractor shall take full responsibility for the protection, security and confidentiality of records, magnetic tapes/cartridges pertaining to data till the date it is handed over to the ONGC-VL.

12.7 CONTRACTOR shall provide at its’ sole risk and cost, competent, skilled personnel including key personnel to perform the work. CONTRACTOR shall ensure that experienced Party Chiefs/Observers/Navigators/Processors, etc. shall continuously be available during the course of the Agreement.

12.8 CONTRACTOR shall be fully responsible for safe keeping of data cartridges in air-conditioned and dust free environment till these cartridges are handed over to ONGC-VL.

12.9 Contractor to arrange for MMO/MFO /DIMAR Representative for onboard supervision as may be directed by the local authorities at its own cost.

13. DATA RECORDING LIABILITY

The CONTRACTOR's liability to ONGC-VL for field cartridges shall be limited as follows:

If the data is unable to be recovered from the tapes/ cartridges at the processing centre due to failure of proper recording by CONTRACTOR, CONTRACTOR shall either re-shoot or have reshot that portion of the survey sufficient to re- acquire the survey information damaged or lost, at its cost or refund the ONGC-VL the sum initially charged plus 20% thereof for such recording efforts.

Contractor shall not be required to store, hold or save any drawing, seismic data tapes, reports,

records or other information in any media about or arising from the services after completion of services.

Page 62: Document51

62

14. ASSIGNMENT

CONTRACTOR shall not assign or sublet this CONTRACT, in whole or in part, directly or

indirectly or sub-contract any of the works hereunder without obtaining the prior approval of ONGC-VL, in writing. In case, the CONTRACTOR sublets the Contract without prior written approval of the ONGC-VL, the ONGC-VL shall have the option to terminate this Contract.

However, the assignment shall be on the same rates, terms and conditions. CONTRACTOR shall remain fully liable and responsible to the ONGC-VL for complete performance of all its obligations envisaged under this agreement.

15. INVOICING & PAYMENT

15.1CONTRACTOR will submit Block-wise invoices in triplicate on a monthly basis by 10th of every month for the services performed during the previous month. Invoices, in triplicate, complete in all respects with supporting documents duly signed by an authorised Representative of the CONTRACTOR shall be submitted to Country Manager ONGC Videsh Sucursal Bogota Colombia for verification/certification before it is forwarded to finance for payment. The invoices shall be accompanied with copies of the reports as per clause 7.2 above, duly countersigned by the ONGC-VL's representative.

15.2 Mobilisation charges:

Mobilisation charges for the vessel(s) will be paid after the issue of certificate of ONGC-VL representative with regard to completion of mobilisation as stipulated in clause 3.2 above.

15.3 Demobilisation charges will be paid after completion of assigned work and transit of vessel(s) from the work area as per clause no. 10.2.

15.4 All undisputed payments shall be made to the CONTRACTOR by ONGC-VL within 30 (Thirty) days after the receipt of the invoices.

15.5 ONGC-VL shall withhold interest free 10% of the invoiced value from Acquisition charges at each occasion. It will be released only when data acquisition including infill is completed as prescribed in Appendix-A and complete data set has been delivered to ONGC-VL at the designated premises.

No amount shall be withheld from invoices towards mobilization / demobilization.

15.6 Payment for Data processing shall be made upon completion of the data processing of the entire 3D seismic data acquired under the contract. However, ONGC-VL shall withhold interest free 20% of the invoiced value from Processing charges. It will be released only when the processing is completed for entire data and all processed deliverables and original data have been received by ONGC-VL, Colombia or any other designated premises of ONGC-VL.

15.7All remittances by ONGC-VL will be made to the account of the CONTRACTOR at the address given below:

Bank's Name : Account No. : Address :

15.8 In the event of any dispute in a portion or whole of any invoice, the ONGC-VL shall make

payment of undisputed portion and shall promptly notify the CONTRACTOR’s representative in writing for the remaining portion in CONTRACT to mutually resolve the dispute and if resolved in part or full, payment shall be made to the CONTRACTOR within 30 days of such settlement.

Page 63: Document51

63

15.9 ONGC-VL shall be entitled to withhold payment, if any of the CONTRACTOR's invoices do not include the supporting documentation required by the ONGC-VL and the ONGC-VL shall not be liable to pay interest on delayed payment on this account.

15.10 The ONGC-VL shall pay the CONTRACTOR under the terms and conditions contained in this Contract an amount based on applicable rates mentioned in Appendix- "D".

15.11 No advance payments shall be made by the ONGC-VL.

15.12 CONTRACTOR shall raise invoices for actual work done and the same shall be payable at the unit rate specified in the price schedule in Appendix "D".

15.13 For tax deduction, please refer clause no. 8 of the General Terms and Conditions.

15.14 ONGC-VL’s right to question the amounts claimed

Payment of any invoice shall not prejudice the right of the ONGC-VL to question the allowability under this Agreement of any amounts claimed therein, provided ONGC-VL, within one year beyond the expiry of each CONTRACT period, delivers to CONTRACTOR, written notice identifying any item or items which it questions and specifying the reasons there for. Should ONGC-VL so notify CONTRACTOR, such adjustment shall be made as the parties shall agree. These provisions shall be reciprocal for similar rights to the CONTRACTOR.

The CONTRACTOR shall provide on demand a complete and correct set of records pertaining to all costs for which it claims reimbursement from ONGC-VL and as to any payment provided for hereunder, which is to be made on the basis of CONTRACTOR's costs.

16. STANDBY

16.1 Standby charges are applicable for lost time due to:

a) Deployment of vessel (s), if directed by the ONGC-VL, for purpose other than scheduled 3D seismic surveys or other calibrations, over and above industry standards and practices or if the survey is temporarily suspended or if vessel (s) is displaced due to any modification or cancellation of such scheduled plan by ONGC-VL.

b) Severe weather as notified by Colombian Meteorological Department or certified by on-board ONGC-VL’s representative such that the survey operations are interrupted due to the streamer noise parameters being exceeded. CONTRACTOR will refer the matter to the ONGC-VL representatives for agreement whether to continue or suspend the operations.

c) Excessive streamer feather caused by environmental conditions. CONTRACTOR shall refer

the matter to ONGC-VL’s representatives when contractual specifications on streamer feathering are exceeded and the ONGC-VL’s representative will decide whether to continue or suspend the operations.

d) Interference due to fishing and naval activities. This time will include the time it will take to re-start production if the seismic vessel(s) is forced to stop production as a result of the interference.

e) Interference from drilling activity or any other vessel(s) associated with drilling activity or

seismic vessel(s) of other contractors, which cause acoustic noise exceeding the contract noise specifications.

f) Extended line changes, if any, due to bathymetry less than 10m.

Page 64: Document51

64

Note: THE STANDBY CONDITION AS INDICATED AT 16.1 (a to f) ABOVE SHALL BE

SUBJECT TO THE FOLLOWING: i) The standby charges upto 05 days except Force Majeure conditions shall be

payable by the ONGC-VL.

ii) For Force Majeure, the condition at clause no.23 Annexure II shall apply.

iii) Providing chase boats and clearance of area from fishing activity shall be the responsibility of the CONTRACTOR.

16.2 ONGC-VL shall not pay any charges including standby charges payable for vessel(s)

component and personnel for:

a) Time spent at port during routine port calls arranged by CONTRACTOR for change of

crew, drawl of supplies and time spent in voyage between port and work areas and between two work areas.

b) Work stoppage due to break-down of vessel(s) or equipment or any other factors for which ONGC-VL is not responsible.

c) Time spent to conduct industry standard tests/calibration on all systems and equipment to ensure proper functioning of all systems prior to the start of survey.

d) Work stoppage ordered by ONGC-VL's representative onboard for non-compliance with quality standards.

e) Time spent for paying out/in of gun arrays and streamer, balancing of the streamer, periodic routine instrument checks and calibrations, to meet the requirements of work standards. Time spent on normal industry standard testing and calibration of all equipments. Such testing should include daily and monthly instruments tests, gun pulse monitoring, cable depth indicator calibration, navigation system calibration, cable positioning system calibration and other industry standard routine tests.

f) Time spent at port for initial security checks, custom clearance of the survey vessel(s), data drops and any other statutory requirements applicable under Government of Colombia's Rules and Regulations. This will be exclusive of time spent at port as per Clause 16.2(a) above.

g) Suspension of work (Work Stoppage) during normal tides and currents in the Survey areas and suspension of work due to bad weather conditions, if any, due to monsoon.

h) Time spent for processing of recorded data for QC and regular production.

i) Standby charge shall not be payable after completion of data acquisition

16.3 Standby time will not be applicable until the vessel(s) has been accepted and mobilisation is completed as per clause 3.2 and 10.1 above.

17. LIQUIDATED DAMAGES

The schedule of mobilisation of the vessel(s) and equipments and completion of data acquisition under this Contract shall be as per clause no.3 of the Contract. The CONTRACTOR agrees that time schedule shall be the essence of the Contract and the marine spread shall be mobilised and data will be acquired and processed as per this schedule.

Page 65: Document51

65

If the CONTRACTOR fails mobilise the Vessel (s) by the stipulated date or fails to complete the total volume of work indicated in Clause 2 within the Contract period indicated in Clause 3 of the Contract or at any time repudiates Contract before completing such work, ONGC-VL may without prejudice to any other rights or remedies available to ONGC-VL under the contract:

a. Recover from the CONTRACTOR as agreed liquidated damages and not by way of

penalty as below:

If CONTRACTOR fails to mobilise the Vessel (s) by the stipulated date or fails to complete acquisition and/or processing job as per clause No.3 of the Contract within the stipulated Contract period, LD will be levied @ 1/2% (half percent) of Contract price per week's delay or part thereof, subject to a maximum, of 5% of Contract price.

For the purpose of Liquidated Damages, the contract price means the amount of price schedule elements as in Appendix D comprising of

Mobilization charges Demobilization charges Total acquisition charges Total processing charges Standby Charges

However in the event of 90% of the total volume of acquisition is completed within the completion date and the data acquired as per QC specifications and is accepted, then LD shall be restricted to the uncompleted portion only.

b. Terminate the Contract or a portion or part of the work thereof without a show cause

notice to the Contractor.

c. In case, the CONTRACTOR fails to pay the amount of liquidated damages as demanded

by the ONGC-VL, the ONGC-VL shall have the right to recover the same from the monthly progress bill and/or final bill and/or from contract performance guarantee and/or any other bank guarantee and/or any other amount due or those may become due to the CONTRACTOR from the ONGC-VL, without prejudice to any other right or remedy available to the ONGC-VL.

d. The parties agree that the figures of liquidated damages indicated hereinabove are

genuine pre-estimate of the loss/damage which the ONGC-VL would have suffered on account of delay/breach on the part of the CONTRACTOR and the said amount would be payable without any requirement of proof of the actual loss or damage caused by such delay/breach.

All sums payable by way of liquidated damages shall be considered as reasonable compensation without reference to the actual loss or damages, which shall have been sustained. In the event of any difference(s) between the parties, the decision of ONGC-VL shall be final and binding.

18. PROTECTION OF ENVIRONMENT

18.1 In performance of the contract, the CONTRACTOR shall conduct the work with regard to concern with respect to protection of the environment and conservation of national resources. In

Page 66: Document51

66

furtherance of any laws, regulations and rules promulgated by the Government, the CONTRACTOR shall:

18.1.1 Employ generally accepted industrial standards, practices and methods of operation

for the prevention of environment damage in conducting the work.

18.1.2 Take necessary and adequate steps to prevent environment damage and where some adverse impact on the environment if unavoidable, to minimize such damage and the consequential effects thereof of property and people; and

18.1.3 Adhere to guidelines, limitations of restrictions, if any, imposed by environment clearance as applicable on the date thereof and as environment clearance may be revised as a result of ONGC-VL or CONTRACTOR’s application(s) duly submitted after the effective date.

18.2 If the CONTRACTOR fails to comply with the provisions of clause 18.1 or materially contravenes any relevant law, and such failure or contravention results in substantial environmental damage, the CONTRACTOR shall forthwith take all necessary and reasonable measures to remedy the failure and the effects thereof.

18.3 If ONGC-VL has, on reasonable ground, to believe that any works by CONTRACTOR or any operations conducted by the CONTRACTOR are endangering or may endanger persons or any property of any person, or causing avoidable pollution, or are harming flora and fauna or the environment to the degree which is unlawful, ONGC-VL, may pursuant to applicable law, require the CONTRACTOR to take remedial measures within such reasonable period as may be determined by ONGC-VL and, if appropriate, repair such damage. ONGC-VL may, pursuant to applicable law, require the CONTRACTOR to discontinue seismic operations in whole or in part until the CONTRACTOR has taken such action.

19. WORK COMPLETION

In case of localized physical obstructions in the survey area such as fishing nets (fixed, submerged), rigs, platforms, marine installations, restricted areas including marine sanctuary, port areas etc. the CONTRACTOR is able to complete 90% of the work programme (awarded volume), then the programme will be deemed to have been completed provided the reasons for localized obstructions are certified by ONGC-VL onboard QC representative and accepted by COUNTRY MANAGER, BOGOTA, COLOMBIA.

20. ADHERENCE TO SECURITY CONDITIONS

a) The CONTRACTOR shall be responsible to obtain all security and other regulatory clearances in Colombia. Contractor undertakes to comply with all security clearance requirements and cooperate with security agencies if any inspection of Vessel or documentation is required by security agencies.

b) The CONTRACTOR is also required to ensure that all personnel onboard the vessel(s) have been duly cleared by the relevant, Govt. authorities.

c) The master of the vessel will maintain a record of meteorological information in the survey area by logging the information like wind speed, wind direction, wave tides (height and state) etc., This information, will be supplied to ONGC-VL designated officer, for all blocks, in the prescribed format as given in Appendix-J of section-III on a CD/DVD in duplicate, at no extra cost to ONGC-VL.

d) The bathymetry data, for all survey blocks, as per format given in Appendix-H of Section-III shall also be supplied by the CONTRACTOR to designated officer of ONGC-VL on a CD/DVD in duplicate, at no extra cost to ONGC-VL.

Page 67: Document51

67

e) Each data cartridges shall be packed in a transparent plastic bag and sealed with the signatures of ONGC-VL’s onboard representative. The CONTRACTOR shall be responsible for delivering the data to the ONGC-VL, with the said seal intact.

21. PAYMENT OF WAGES TO WORKMEN The CONTRACTOR shall comply with all labour laws as may be applicable during the execution

of the contract. Payment to workmen shall be in accordance of laws in force.

Page 68: Document51

68

ANNEXURE-IIIA

3D SEISMIC DATA ACQUISITION IN

BLOCKS RC-8 & RC-10, OFFSHORE, COLOMBIA

WORK VOLUME

DATA ACQUISITION

CONTRACTOR shall with his own personnel and equipment, plan and execute acquisition of 3D Seismic Data and Processing in blocks RC-8 and RC-10 in Colombia Offshore, COLOMBIA,

The bathymetry map which will be provided by ONGC-VL, will be used by the CONTRACTOR to plan for the safe and efficient acquisition of data, to fulfill the objectives of the surveys. The area proposed for the 3D seismic data acquisition in block wise as given below.

Sl Exploration

Block Area

Areas where 3D data to be acquired as shown in the map

Full fold acquisition area (SKM) Appx.

EQUIVALENT PRIME LKM

Required seismic data bin size (m)

Approx. Water depth within the block (m)

1 RC-8 RUBI (Northern part) 310

12,400 6.25 m * 25 m 100-700

2 RC-10 POLY1 (West of area) 346

13.840 6.25 m * 25 m 500-1700

POLY2 (East of area) 283

11,320 6.25 m * 25 m 160-600

Total 939 37,560

The required infill will have to be carried out to fulfil nominal acceptable foldage as per mid-point

coverage criteria (A.16.3 (m).

The ONGC-VL at its discretion may add on up to 20% of the volume of work. If the additional work

is awarded, the add-on work will be on mutual consent.

Page 69: Document51

69

APPENDIX-A

SPECIFICATIONS OF 3D SEISMIC DATA ACQUISITION & PROCESSING IN

BLOCKS RC-8 & RC-10 COLOMBIA OFFSHORE, COLOMBIA

A.1. WORK AREA A1.1 Introduction

The survey is to be carried out in blocks RC-8 & RC-10 located in the COLOMBIA Offshore of Colombia. Location maps of the survey area are attached at Appendix-E. The survey area may be modified by ONGC-VL; however it will remain confined to block RC-8 & RC-10. The CONTRACTOR should plan to acquire specific data for the block and local area that is required for the safe and timely execution of the data acquisition.

A1.2 Geological Objectives, zone of Interest are indicated below:

(Also refer maps enclosed)

BLOCK PROPOSED AREA

ZONE OF INTEREST (TWO WAY TIME) sec

ZONE OF INTEREST (DEPTH) mts

OBJECTIVE

RC-8 RUBI

2-2.6 Sec (Primary) 2.2-4sec (secondary)

2200-2850 m 2750-5650m

Stratigraphic Features in Miocene

RC-10 Poly-1 (West) 2.3-4.3 Sec (Primary) 1800 in SE to

3400m NW Stratigraphic Features in Miocene

Poly-1(West) 2.3-5.2 Sec (Secondary) 2700 in SE to 5200M in NW

Strati-structural features at basement level

Poly-2 (East) 2.3-4.3 Sec (Primary) 1800m in SE to 3400m NW

Stratigraphic Features in Miocene

Poly-2 (East) 2.8-5.2 Sec (Secondary) 2700m in SE to 5000m in NW

Strati-structural features at basement level

A1.3 Weather, Currents & Tides The area is prone to fluctuating tides and marine currents. The information regarding weather, bathymetry, current and tides, fishing activity and obstructions provided in this document are based on the operational experience of the ONGC-VL and the available public domain data as broad guidelines. Contractor is required to ascertain the same from its own sources. The fair weather window in the local area is from May to November

Page 70: Document51

70

A1.4 Bathymetry, Obstruction and fishing activities

The CONTRACTOR is expected to familiarize themselves with the seabed bathymetry, seabed obstructions and water depths in the area well before operations commence. Presently there is no rig / platform in the area. There is no information on subsea obstructions.

Fishing activity is expected in the area. Fishing vessels are generally small vessels with limited crew and capabilities, few vessels will have both radar and radio facilities. Appropriate planning with the local fishing community will need to be implemented by the CONTRACTOR and adequate number of chase vessels will also need to be employed by the CONTRACTOR at its own cost. Managing the fishing activity in the area is CONTRACTOR’s responsibility.

A1.5 Environmental Issues There are particular environmental constraints, like Mammals were seen while 2D Seismic Surveys. Fishing and commercial shipping activities may restrict operations. The acquisition should be planned to minimize these disruptions. The representatives of local environmental or fishing interests may also be required onboard. In addition representative(s) from DIMAR may also be required onboard the mother boat and or on one of the chase vessels. The CONTRACTOR will also be expected to liaise with the local fishing community in a constructive manner to ensure they are kept fully informed of operations to reduce the infield risk.

A.2 WORK

The work that the CONTRACTOR will perform during the acquisition phase shall comprise

1. 3D marine seismic data acquisition as per specifications given under A.10.1. 2. Acquisition of bathymetric data concurrently with seismic data acquisition. 3. Recording of Navigation & Positioning data unambiguously tied with seismic and

bathymetric data. 4. Onboard processing of selected seismic data for QC purposes 5. 3D Seismic Data Processing (PSTM & PSDM).

PSDM-Processing is optional as mentioned in the clause A.23 & A.24 NOTE: During the proposed survey period under this contract, Seismic surveys near the survey

areas by other agencies may also go on concurrently. It will be necessary to prioritize the area to avoid seismic interference from other surveys.

A.3 SURVEY VESSEL(S)

Bidder may offer any number of vessel(s) fitted with minimum six streamers, 8000 m of streamer length each, dual source and other equipments as per specification and other utility vessel(s) for the purpose of evaluation. The survey vessel(s) should be fully equipped for conducting streamer mode 3D Seismic data acquisition and seismic data processing for QC. In case the offered vessels are not owned by the bidder and are hired/ leased from other companies, MOU/ Hire or Lease Agreement from the owner of the vessel(s) has to be submitted by the bidder along with techno-commercial bid stating that the particular offered vessel(s) (not

Page 71: Document51

71

owned by the bidder) will be available against this particular tender/ work on award of the contract.

The number of suitable short listed seismic vessels out of the offered vessels will be

communicated to the successful bidders before the price bid is opened. The bidders will have to ensure deployment of seismic vessel(s) out of short-listed vessels only.

A.4 ENERGY SOURCE SPECIFICATIONS

Energy source shall be a powerful tuned air-gun array with suitable frequency range for achieving the geological objectives. The ONGC-VL is interested in considering the applicability of different gun configurations with varying characteristics for the selection of the best gun arrays suitable for the area. Nominal tow depth requirement for the source for bidding purposes will be 5 m. With each array offered, the CONTRACTOR shall indicate the array configuration along with the critical guns. The nominal pressure and towing apparatus must sustain full array operation at speeds up to 5 knots during routine data acquisition. The gun arrays should have strength of 125 bar-m or more and primary / bubble ratio of 20: 1 or better, measured at 5m depth through filter out-128 Hz/72 db per octave (referenced to the response of a DFS-V recording system and flat amplitude spectrum between 10 to 90 Hz. The source should be controlled through state of the art source synchronizer. Signature measurements done recently with regard to peak to peak strength, primary to bubble ratio and frequency spectrum must be furnished along with the Techno-commercial bids as per B.1, Appendix-“B” for different gun arrays offered. Far field source signature specifications shall be in accordance with the SEG recommendations as published in the Special Report of the SEG Technical Standards Committee “SEG standards for specifying marine seismic energy sources” Geophysics, Vol. 53, No. 4 (April 1988), pp. 556-575. Specifications and drop-out criteria shall be referenced to the response of a DFS-V recording system with an out-128 Hz, 72 dB/octave, slope. Gun depth, volume and operating pressure shall be recorded in the observer's log at the start and at the end of each line and at shot point intervals not greater than forty (40) shot points. All deviations shall be recorded in the observer's log. The energy source should be dual i.e. two energy sources, for flip-flop shooting. Prior to commencement of regular production work, the air gun array must be charged to working pressure and individual gauge readings at the output side of the distribution will be recorded. The air supply must be shut off and each gauge monitored over a ten-minute period. Pressure loss in excess of 10% for any circuit must be corrected. These tests must be repeated during the course of the production work on a daily basis and whenever maintenance has been performed or whenever any gun is suspected for malfunctioning.

A.5 GUN CONTROL SYSTEM

Computer controlled precise energy source synchronisation system is to be kept onboard to control firing of gun arrays and it should be equipped with display arrangement. It should have graphic screen display and various parameter printouts to assist operator to continuously monitor the performance parameter of individual guns. The summary of printouts may provide listings of the offset, delay and error value in milliseconds for all the guns in the system at shot point intervals not greater than forty shot points. The system shall be capable of identifying the firing array and unambiguously tagging correct shot / file number.

Page 72: Document51

72

A.6. SEISMIC STREAMER A.6.1 The streamer should be digital type and meet the standards of the Industry. The streamer

electronic modules should be capable of digitizing analogue data into 24 bit. Type of streamer : Digital No. of streamers : minimum 6 Effective length (minimum) : 8000 m streamer length in both the blocks No. of channels : 640 channels per streamer in both Group interval : 12.5 m

All Streamers' sensors should be in good electrical and mechanical condition throughout the period of survey and also should have sufficient back-up facility for normal operation. CONTRACTOR should ensure that Hydrophone in the streamer as well as individual channel response should conform to the manufacturer's specification.

Although data is to be acquired at 12.5 m group interval, but if data is acquired at less than 12.5 m group interval, the same is acceptable provided the raw data is provided to the ONGC-VL at no extra cost.

A.6.2 The streamer shall be fitted with acceleration canceling type of hydrophones and should

have adequate number of depth controllers (at discrete interval of not more than 300 m). It should also have lead-in and stretch sections as per standard practice in the industry. Details are to be provided in Appendix-"B". The streamer should also be fitted with cable compasses (at discrete interval of not more than 300 m) to determine streamer position/shape.

A.6.3 The streamer should be neutrally buoyant and should be towed at a depth of 7 to 8 metres.

However for shallow bathymetry, the streamer may be kept at a lesser operating depth provided the streamer noise is kept within specifications. Depth readings will be recorded every 40th pop or more often.

A.6.4 The receiver locations along the streamer shall be monitored using the state of art cable

compasses (placed at discrete interval not more than 300 mts along the streamer) and acoustic sensors networks should be provided. The data from these compasses and acoustic networks will be integrated to provide exact location of each and every receiver groups on the streamer. Provisions should exist to provide hard copy recording of compass values and feather angle at an interval of 40 shots.

A.6.5 Calibrated Depth Transducers shall be deployed at discrete interval of not more than 300 m

along the streamers. A.6.6 Tail buoys should be fitted with RGPS. A.7. RECORDING INSTRUMENTS

A 7.1 The seismic data shall be digitally recorded in SEG-D de-multiplexed format (20 bit floating point or 24 bit fixed) on IBM 3592 compatible Cartridges. There should not be any deviation from the SEG recommendations.

The cartridges used for recording shall be new only, from one of the best known brands

widely used by seismic industry viz. Black Watch (3M), Imation, MTC (Graham Magnetic),

Page 73: Document51

73

Gold (Dyson) and Imation. Sufficient numbers of cartridge drives should be available for uninterrupted data recording.

Data Format The offshore seismic data should be recorded in standard SEG D de-multiplexed format

preferably in 8015, 8036, 8048 or 8058. The CONTRACTOR must provide the byte locations of all relevant information written in external and extended header in a four column ASCI file. The serial number of the word should be reckoned from byte 1 of the general header. Shot and CDP locations in the SEG Y header must be specified and the same location is to be maintained.

Positioning Data

The entire marine streamer positioning data must be in the following formats.

a) Post processed navigation data : UKOOA P1/90

b) Raw navigation data : UKOOA P2/91or P2/94

No proprietary navigation data format is acceptable.

All navigation logs along with the line wise processing report of navigation data must be provided to the processor. All navigation edits carried out onboard should be provided in ASCII files on a CD/DVD/3592 tape as a text or .xls files.

The contractor should provide the description of recording format.

A.7.2 3D Binning System Provision should exist for a system capable of displaying the bin coverage in real time and

producing high-resolution colour displays with a provision for hard copy. The system must have the features like (but not limited to):

Provide real time bin coverage and high resolution color display with the provision

for hard copies. Ability for bin editing Display the operator defined offset ranges and analyze fold contributions Azimuth & offset distribution display. Provide accurate real time steering information, for optimum trace steering for any

user defined input. Duplicate offset reduction as a user selectable option Apply operator selectable flex criteria in either the cross line or in line directions as

a function of offset. Various attribute display

A.7.3 The Navigation data recorded on cartridges should be in UKOOA format. `Raw Data' and

`processed’ navigation data should be generated / recorded separately on cartridges (IBM 3592 compatible) in the relevant UKOOA P2/ P1 formats.

A.8. FATHOMETER The precision fathometer shall be operated throughout the course of survey and also the data should be recorded along with the navigation data. All fathometer data will be corrected for draft, velocity and

Page 74: Document51

74

tides. Draft and velocity corrections will be clearly mentioned on logs, required for seismic processing. Contractor may have the option to use current and salinity measuring equipments if required subject to DIMAR /local Authorities clearance during 3D survey, at no extra cost to the ONGC-VL. A precision dual frequency echo sounder with hull mounted transducer is required for observations of water depth. A.9 NAVIGATION

A.9.1 Differential Global Positioning System (DGPS)

The CONTRACTOR shall deploy, maintain and operate as a minimum a Primary and Secondary DGPS based positioning system for the vessel and a complete source and streamer positioning system capable of continuous operation and with a sufficient level of redundancy to enable gross error detection/removal. The Secondary system shall be in its functional elements, including the source of differential corrections, as independent as possible from the Primary positioning system.

Acoustic methods shall be used in combination with Relative GPS (RGPS) systems and gyro (when required) to establish the center of source(s) and streamer node positions. All individual acoustic networks (front, mid and tail end) shall be configured with at least two acoustic nodes on each streamer.

Sufficient redundancy shall be included in the integrated design of these systems to allow limited failure of equipment without severely affecting the positioning accuracy. Observation redundancy shall be at least 30% in all sub networks (front, mid and tail end).

A.9.2 Verifications

All streamer compasses (in use and spares) shall have a manufacturer’s certificate. The compasses must be verified by using an on-line method of verification using compass data from the short listed vessel’s recent surveys presented to and is accepted by CLIENT prior to commencement of the survey. If a significant bias > 0.5 degrees is detected on a particular compass, the respective unit should be removed from the survey spread and re-calibrated.

If utilised in navigation data processing, gyro compass shall be verified on-line using a suitable on-line verification system (e.g. DGPS baseline or GPS Attitude Determination System).

A.9.3 Positioning Processing and QC

Navigation data processing should preferably be carried out in one integral network adjustment using all available data simultaneously, allowing for determination of statistical properties for all nodes positioned within the seismic spread. The calculation of source and receiver group co-ordinates shall include full statistical analysis including outlier detection and calculation of reliability measures, using the redundancy in the navigation data available.

All position processing and post-processing shall be completed on board. The contractor will be expected to demonstrate within 24 hours of acquisition to the ONGC-VL ONBOARD REPRESENTATIVE that the required accuracy has been met and that all post processing has been finalised.

Page 75: Document51

75

All final/provisional positioning data and a daily log of all relevant positioning information (e.g. verification checks and results, system malfunctions, signal strength, periods of signal instability, deviations from pre-programmed lines, satellite fix parameters) shall be made available to ONGC-VL onboard representative on daily basis.

A.9.4 Work/QC Standards For Navigation

1. DGPS must derive hardware/software phase smoothened code data by either carrier aided smoothing (CAS) or integrated Doppler smoothing (IDS).

2. DGPS must have an update rate of not more than 4 sec and a latency rate of not

more than 10 seconds. 3. DGPS should have an accuracy of (+)/(-) 5 meters using standard single frequency

C/A code equipment. 4. All positioning data at reference stations; monitor/control stations must be logged

in WGS 84. 5. All data must be time tagged to GPS, time. On the mobile, this time should be used

to time tag all positioning, seismic system, etc. 6. All available system QC data must be documented and include an explanation of

the derivation of the information. Parameters must be quantified vis-a-vis the required accuracy.

7. As QC criteria, the DGPS computation should be based only on satellites with

elevation more than 10o and PDOP values shall not exceed 4. 8. All ionospheric and/or tropospheric models and corrections applied must be

documented. 9. The relative accuracy of all reference and monitor co-ordinates should be

established in terms of WGS 84 to an accuracy of 1.0 meter laterally and 1.0 meter vertically or better.

10. The Integrated Navigation System shall provide a recorded position for each shot

point location. Navigation data shall be identified by date, time, line, and shot point. Unique correlation between Navigation shot point number and seismic shot point number to be maintained.

11. Prior to survey commencement:

i) All positioning system equipment shall be calibrated in accordance with the acceptable industry standards (No equipment modifications, exchanges, or repairs will be made without informing ONGC-VL once the survey commences.

ii) All necessary spare parts, operation and maintenance manuals, pre-plots,

overlays, navigation charts, etc. shall be annotated with the co-ordinate system employed (Geodetic datum, Ellipsoid grid system, Projection, Central meridian, Standard parallels/origins, False Northing/Easting).

Page 76: Document51

76

12. All relevant information on the Reference station(s) shall be recorded and made available to ONGC-VL (including dates, maps, locations, co-ordinate system and geodetic datum).

13. The correlation of shot point nos. and seismic record nos. should be continuous.

Whenever a mismatch occurs, it should be recorded and reconciliation between shot points and seismic file nos. is to be maintained.

14. While ONGC-VL accepts that, as DGPS is a stand-alone system, there is some risk

of downtime due to system manipulation. All other system downtime due to lack of differential signals and equipment failure of all kinds will be the responsibility of the CONTRACTOR. Downtime for the seismic crew due to DGPS non-space segment problems (e.g. equipment failure, lack of redundant link etc.) will under no circumstances be chargeable to ONGC-VL.

A.9.5 Reporting / Deliverables

Prior to mobilisation for the SURVEY, the CONTRACTOR shall present for agreement of ONGC-VL and for reference by the ONGC-VL onboard representative, a documented strategy to achieve the required positioning accuracy. The plan shall as a minimum comprise of: - Description of equipment - Calibration and QC procedures - Equipment spares levels - Observation redundancy levels - Acceptance criteria, - Methods to assess network reliability

After mobilisation, the positioning strategy document shall be updated with actual equipment to be used and serial numbers, offset diagrams giving relevant offset measurements from the applicable reference point(s) and calibration/verification results.

After having received SURVEY details, CONTRACTOR shall submit pre-plot maps and listings to ONGC-VL for approval within 5 working days.

A.9.6 Coordinate System Definition

ONGC-VL will provide CONTRACTOR with the coordinate system parameters relevant to the survey. These shall be reflected in the pre-plot maps and listings to be approved by ONGC-VL before commencement of the survey.

Coordinates Origin: DATUM: MAGNA SIRGAS (MSL) COORDINATE ORIGIN: BOGOTA-MAGNA SPHEROID: WGS84 PROJECTION: TRANSVERSE MERCATOR LATITUDE: 040 35’46.3215” N

Page 77: Document51

77

LONGITUDE: 740 04’39.0285” W FALSE EASTING: 1000000 M FALSE NORTHING: 1000000 M ZONE: BOGOTA PRIME MERIDIAN: GREENWICH

UNITS : METERS SCALE FACTOR (AT CM) : 1

A.10. PRINCIPAL PARAMETERS OF SEISMIC REFLECTION SURVEY A.10.1 3D Seismic Reflection Survey shall be carried out with the following minimum principal parameters using digital streamers.

Blocks → Parameters ↓

RC-8 RC-10

Active streamer/spread length (m) 8000 m 8000 m Group interval (m) 12.5 m 12.5 m

No. of Channels/per streamer 640 640

Line Interval 100 m 100 m

Source Separation 50m 50m

Shot interval 25 m (flip flop) 25 m (flip flop)

Bin size 6.25m x 25m 6.25m x 25m Source AIR GUN AIR GUN Source Strength P-P (filters : out-128 Hz/ 72 db)

125 bar-m or more

125 bar-m or more

Source P/B Ratio > 20:1 > 20:1

Flat Freq. Spectrum 10-90 Hz 10-90 Hz

Nominal foldage 80 80

Record length (sec) 9 sec 9 sec

Sampling Interval (ms) 2 2 Recording filters Low cut High Cut

Out/ lowest 0.8 N

Out/ lowest 0.8 N

Shooting Direction East-West (preferred) East-west(preferred)

A.10.2 The payment will be restricted to full fold coverage as described in clause A.10.1. No payment will be made for run-in/ run out/ overlap shots.

Page 78: Document51

78

Polarity Polarity shall be in accordance with SEG specifications. A compression shall be recorded as a negative number on tape and produce a downward displacement of the monitor waveform. Prior to commencement of the work, the polarity shall be checked for all traces. A Polarity check shall be repeated each time a streamer sections is repaired or replaced before the work is resumed.

A.11. OFFSET DISTANCE

Offset distance between the center of the gun array and the nearest receiver group should be as short as possible without increasing noise. The offset should be integer multiple of the group interval.

A.12 DETECTOR DRIFT

Maximum feathering allowed is 15 degrees on a line with reference to the line of traverse. However, ONGC-VL’s representative can relax this limit considering the local environmental conditions. Streamer tracking data may be continuously recorded. Feathering data should be taken and logged at the start of every line and every 40 (forty) shots thereafter on observer’s log.

A.13. OVERLAP

In case of interrupted lines and extended lines the data shall be recorded in such a manner that subsequent processing of combined data batches will yield continuous full fold sub-surface coverage and bins filled as per clause A.16.3 (m) at no extra cost to ONGC-VL.

A.14 PLAYBACK MONITOR RECORD

Playback paper monitor record will be taken at every 40th shot displaying signals from seismic channels, shot instant and timing lines.

Note: However, ONGC-VL or its representative on board reserves the right to ask for monitor record at any shot.

A.15 SPREAD GEOMETRY DIAGRAM

A spread geometry diagram showing antenna position, detector position, shot position, shot depths and offset should also be submitted along with each data shipment. If parameters change, additional spread geometry diagram shall be submitted showing changes with effective time, day and shot point of the line on which such changes are introduced.

A.16 WORK STANDARDS

A.16.1 General

Prior to commencement of data acquisition the following must be satisfied:

a) DGPS positioning health check and gyro (or equivalent heading sensor) calibration are done. The bidder shall either carry out the GPS health check and navigation calibrations at a port (while the vessel is alongside) in Colombia or submit detailed report of navigation calibrations/ health check carried out by a third party recently. However, ONGC-VL reserves the right to get the calibrations/ health checks repeated at an Colombian port.

b) All recording instruments to be proven to be functioning to manufacturer’s specifications.

Page 79: Document51

79

c) Prior to commencement of regular production work and at intervals mutually agreed upon, all equipment tests and procedures specified by the manufacturer are to be performed by the CONTRACTOR and the results be delivered to ONGC-VL’s representative. Also, the following tests are to be done before the start of survey or whenever some streamer sections/ electronic modules are replaced.

1. All equipment tests as mentioned above 2. Noise & Polarity test (before start of each line)

The test performance of all equipment should conform to the recommended specifications of the manufacturers.

d) Before commencement of the survey, all equipment tests should be performed onboard. Deficiencies in the test reports, if any, shall be corrected and verified before work commences. During the Survey, all the tests shall be performed and analyzed periodically as per user manufacturer’s specifications for satisfactory recording of data. The test cartridge and processed results so generated shall be supplied to ONGC-VL.

e) Adequate stretch section will be provided at the front and rear end of streamer to minimize cable jerk. Prior to start of survey, tests shall be performed to determine the best combination of propeller pitch and RPM to minimize ship’s induced noise.

f) Cable noise will be monitored and recorded on the cartridge within one km. of the start and end of each line or at any other time if requested by ONGC-VL’s representative. This noise record will be taken with the instrument switches set as for production. On one channel an oscillator signal of amplitude approx. equal to the maximum permitted noise [RMS amplitude equal to 7 microbar x cable sensitivity (micro volt/microbar)] will be recorded for reference purposes. Playbacks of these records will be made in fixed gain such that the camera traces have sufficient amplitude to enable noise measurement to be made. These noise strips will be annotated with date, line no., propeller rpm and pitch, boat speed, sea state and direction. The average noise level and any anomalous group will be noted on the observer’s log. Streamer noise will be given in micro-bars RMS and measured over the full recording cycle with recording filters and with the streamer at the specified tow depth.

g) At the operating depth (7 to 8 m) the ambient cable noise shall not exceed 7 micro-bar rms for a group length of 12.5m. For groups closer than 250 m from the vessel and for three groups nearest to the tail buoy, the ambient cable noise may exceed the specification, but should be within 14 micro-bar rms. The maximum noise levels for groups adjacent to depth controllers shall not exceed 14 micro-bars rms. For shallow water blocks where the streamer needs to be towed at shallower depth, the ambient cable noise permissible is upto 20 micro-bars. All groups that fail to meet the above specifications will be regarded as bad and will be marked as such on the observer’s log. Higher noise levels due to factors beyond the CONTRACTOR’s control (e.g. nearby seismic operations, drilling activity or adverse weather conditions) may be acceptable but only at ONGC-VL’s representative’s discretion. All such instances will be fully documented on all relevant observers’ logs.

As a general guideline, average swell noise of up to 25 µbar on 5% of shots per line for less than 2 seconds duration may be tolerated. Effects of swell noise will be evaluated using onboard QC system. Higher noise levels may be acceptable subject to QC REPRESENTATIVE’s approval.

Coherent noise shall be assessed according to the following:

Page 80: Document51

80

• Amplitude of the interfering signal • Duration of the noise • Repetition and synchronization of the interference • Moveout of the interference

• Constant interference upto 10 µbar may be acceptable up to a maximum duration of

4 seconds. • As a general guideline, coherent noise should not exceed the following limits:

Noise coming from astern and ahead of the streamer:

Slope Max. Noise (µbar RMS)

12.5m group 25.0m group More than 300

msec/km 28 µbar 20 µbar

150-300 msec/km 14 µbar 10 µbar 0-150 msec/km 6 µbar 4 µbar

Coherent noise sources should be identified and logged. Action should be taken to ensure shot to shot timing differentials of the noise exceed 500 msec. Coherent noises that consists of horizontal reflected energy from the acquisition vessel is to be exempted from the specification.

Noise coming from the beam (or side) can be particularly harmful and difficult to deal within processing. In general terms, only low levels of interference from the beam may be accepted for short duration within a record. In these situations the use of onboard QC/processing systems are necessary to fully evaluate the effects on the data.

h) The streamer will be balanced for neutral buoyancy. This will be checked prior to the start of survey to ensure that it runs at the specified operating depth with the boat steaming at normal shooting speed.

i) The birds will be displaced as far as possible from section hydrophones to minimize noise. The operation of the birds will be checked on deck before deployment.

j) Noise record of shall be taken both on cartridge and monitor record before start of line and after end of line.

k) Standard instrument tests as specified by manufacturers shall be carried out daily. Deficiencies must be corrected and verified before work commences.

l) Streamer continuity and leakage tests shall be done before start of each line

A.16.2 Acquisition Procedures and Minimum Line Lengths

• Line run-in distance shall be sufficient to ensure there are no residual noise or turn effects present in the streamer shape and that the gyro compass has had time to settle. In any case in the absence of physical constraints, the minimum run in distance shall not be less than the length of tow (unless constraints by physical obstacles e.g. bathymetry). Note that far offsets will be required at the edge of the survey full fold area and binning criteria must be met right up to the edge of the survey.

• Guns will be fired in sufficient time prior to start of line to allow for warming up and

tuning.

Page 81: Document51

81

• In areas where Cetacean activity is of concern, a phased startup of the guns shall be

implemented on the run-in to line such that output is increased progressively in sufficient time prior to start of line.

• Line run outs to achieve full fold coverage are required at the end of each line and

should not be less than ½ active streamer lengths plus ½ sources to near trace offset.

• As far as possible all lines shall be recorded in one pass.

Any line terminated within a distance equivalent to the streamer length from the start point shall be re-acquired in its entirety (except for in-fill lines).

Unless otherwise dictated by operational constraints the maximum number of allowable line segments per line shall be:

Line length < 20 km: 2 segments Line length 20-35 km: 3 segments Line length 35-50 km: 4 segments Line length > 50 km: by agreement with QC REPRESENTATIVE

Any line re-shoot shall be recorded in the same direction as the original line.

All efforts will be made to ensure that infill recording is acquired in the same direction as the primary line.

A.16.3 3D Quality Control System-Specification & Standards

a) The system should have sufficient disc memory and capable of dividing the survey area

into the requisite storage bins, and store all offset coverage in a permanent grid database.

b) The system shall be capable of providing hard copies of partial and total grid coverage

plots or listings in order to determine whether or not sufficient offset coverage has been obtained. The system shall provide a track plot of cable midpoint angles throughout a line.

c) The system shall have the ability to recalculate the grid data if cable compass or navigation data is found to be below specifications or if particular lines are to be added or subtracted from the database. ONGC-VL has the option of not adding the data to the grid base after a line has been shot.

d) The system should allow for dividing the streamer into a minimum of 4 segments and furthermore shall have the capability of verifying that the specified offset distribution has been achieved.

e) Facility for automatic rejection of bad compasses in real time should be available.

f) The system shall be capable of providing a display in real time of the midpoint distribution of reflection points from each streamer segments.

Page 82: Document51

82

g) All midpoint coverage data shall be recorded on cartridges in case of a failure within the

data base storage system.

h) Work shall not commence or continue on any line if the Gyro compass or equivalent heading system is not operational.

i) Out of 20 compasses in each streamer (streamer length 6000 mts, prorated for shorter or longer streamer length) a minimum of 15 shall be operational at all times when data acquisition is taking place. Of these 15 compasses, one each shall be at the near and far ends of the streamer.

j) Manufacturer’s specifications of all cable compasses shall be verified prior to and on completion of the survey to establish individual compass bias. Compasses exhibiting dynamic biases in excess of 0.5 degrees shall be considered bad and shall not be used.

k) A cable compass shall be considered bad if it gives more than five successive bad values

or more than 15% of its reading are bad on any one line. l) Swell Noise of up to 25 micro bar can be tolerated if appearing on less than 5% of shot

records on any line and is less than 2 seconds in duration. m) Mid-Point Coverage

i) The data shall be collected utilizing fixed sub-surface gather bins to obtain a nominal fold per CMP coverage as per Clause A.10. Each fixed sub-surface area gather bin shall contain a minimum number of traces segment wise as follows:

90% of all midpoints from the near quarter of the streamer 80% of all midpoints from the second quarter of the streamer 70% of all midpoints from the third quarter of the streamer 60% of all midpoints from the fourth quarter of the streamer

The above shall be achieved after removal of all bad traces/ channels; bad shot points, duplicate offsets and flexible binning of 25% on the first group tapered linearly to 100% for the last group.

ii) If required, the vessel may steer off the pre-plotted line to compensate for

streamer feather due to tides and currents to provide optimum midpoint coverage. Quality Control of sub-surface coverage and bin content shall be carried out by CONTRACTOR’s personnel onboard the vessel.

iii) In areas having obstructions like Rig and Platform, there will be hole in 3D mosaic about 500 meter radius of the obstruction, which will be accepted by ONGC-VL.

iv) Infilling Every effort shall be made to meet the above specifications A16.3 (m) without infill lines. The payment for infilling shall be regulated as under - Infilling up to first 20% of primary acquisition in each block will be

payable by ONGC-VL - Infilling beyond 20% and up to 30% of primary acquisition in each

block will be to CONTRACTOR’s account, - Infilling, if any, beyond 30% of primary acquisition in each block will

be payable by ONGC-VL.

Page 83: Document51

83

To work out the number of infill lines actually in-filled, following procedure shall be followed:

• The coverage plots before and after each in-fill sequence (or the difference coverage plot) in respect of all four quarters of streamer, shall be provided by the CONTRACTOR to onboard ONGC-VL’s representative.

• The length of each actual infill CMP line in a particular quarter shall be pro-rated w.r.t. to full in-fill sequence length (excluding run-outs, falling outside the full foldage boundary, if any). A sum of all such pro-rated in-fill CMP lines shall be worked out for that quarter. Similar computation will be done for remaining three quarters also.

• The sum so arrived for all quarters shall then be summed and divided by four (4) to arrive at the number of CMP lines, actually in-filled for a particular in-fill sequence.

• The total number of CMP lines, actually in-filled will not exceed the product of streamers used and the number of sources for a particular in-fill sequence.

A.16.4 Work Shall Not Commence On Any Line If: a) More than eleven traces per streamer for streamer length 8000 mts are bad.

b) Less than 20 depth detectors functioning for 8000 meters long streamer (prorated for longer or shorter cable configurations) Also no work to begin if any two adjacent depth detectors not functioning.

c) Streamer depth varies more than 1 meter from the chosen depth.

d) Less than 20 compasses are functioning for 8000 meters long streamer (prorated for longer or shorter cable configuration) or any two adjacent compasses are not functioning.

e) Streamer drift exceeds 15 degrees, unless authorized by ONGC-VL’s representative.

f) Ambient noise is not reduced to the lowest level consistent with existing sea conditions.

g) Instrument noise exceeds manufacturer’s specifications.

h) Noise due to electrical source (e.g. 50/60 Hz. Picked up from ship’s generator) is present. This should be eliminated without the help of notch filter of the recording unit.

i) Energy source is operating below normal operating pressure or array volume is less than 90%.

j) DGPS is not providing desired accuracy.

k) Onboard single trace recorder or equivalent system is inoperative.

l) Monitor Camera or equivalent QC system is inoperative.

m) Fathometer is inoperative.

A.16.5 Work Shall Not Continue On Any Line If

a) More than 2 adjacent groups or more than 10 random groups per streamer for 8000 mts long streamer (prorated to longer or shorter streamer length) are bad. (Refer Clause 16.6).

b) More than 2 adjacent depth detectors are not functioning.

c) Reduction by more than 15% of either volume and 10% of normal operating pressure of airgun system.

Page 84: Document51

84

d) More than 2 adjacent guns of similar volume or any critical gun are not operating.

e) Auto firing of any gun occurs or the gun controller is malfunctioning.

f) Fathometer is inoperative for more than one hour

g) Onboard single trace recorder or equivalent system becomes inoperative for 30 minutes

h) 6 consecutive recordings are missed/bad

i) More than 5% cumulative shots are bad while shooting on any line (refer clause 16.5)

j) Differential Global Positioning System not functioning properly and providing the desired accuracy.

k) The streamer depth varies more than 1 meter from the chosen depth

l) Streamer drift exceeds 15 (fifteen) degrees relative to line heading unless authorized by ONGC-VL’s representative onboard.

m) More than 2 adjacent compasses are not functioning.

A.16.6 The Following Are Considered As Bad Shots:

a) Auto firing of the guns

b) Firing time of guns varying by more than ±1 millisecond

c) Loss of more than 15% (fifteen) of array volume

d) Pressure drop of more than 10% (Ten) of normal operating pressure

e) More than 3 (three) parity errors in a shot

f) Sync errors present

g) Non-recording of positioning data

h) Non-recording of data on cartridge for any reason whatsoever

i) Data recorded with incorrect instrument settings

j) Loss of positioning data

k) Poor correlation between signatures from individual source array

A.16.7 The Following Are Considered As Bad Groups

a) Groups having leakage value less than 500 K

b) Groups which are dead/no response

c) Groups which are intermittent/sluggish/spiky response

d) Groups for which noise exceeds the units specified in A.16.1 (f)

e) Groups not showing coherency w.r.t. adjacent trace (greater than +/- 6db variation).

f) Groups which show reverse polarity

Note: Work standards may be relaxed by ONGC-VL’s representative in exceptional circumstances without sacrificing data quality.

Page 85: Document51

85

In case Contractor’s work standards are better than enumerated above, the same will be acceptable to ONGC-VL

A.16.8 3D Offshore Seismic Data Acquisition - Quality Control Measures:

The following conditions will apply when recording seismic data using the 3D technique and will take precedence over relevant specifications in Appendix-“A”. a) CONTRACTOR shall supply 3D Quality Control (QC) system that offers real time

monitoring of sub-surface midpoint coverage for 3D seismic surveys. The hardware and software shall provide continuous monitoring of vessel positioning and a continuous recording of all auxiliary data, which shall include but not limited to items such as cable compasses and acoustics. This information, which will specifically include but not limited to, cable compass data and acoustic data and shot point number shall be received by a 3D QC system for requisite geometrical sub-surface, surface position, midpoint calculation and data logging.

b) The 3D QC system shall perform calculations of sub-surface coverage on an

orthogonal grid system using the UTM projection. After definition of the Spheroid parameters and the projection of the grid, the system shall monitor the midpoint multiplicity in each bin for minimum four user defined streamer segments. Complete grid coverage shall be kept on hard disk with back up. QC displays shall be monitored in real time and in order to maximize the data acquisition efficiency shall include the following online and real time displays or print outs:

Midpoint coverage displayed on a CRT monitor

Total and partial grid display on plotter or CRT

Compass/acoustics statistics printout, which shall be available at the end of each line. These statistics shall include the individual mean and standard deviations. In addition, the average feather angle and the midpoint angle for entire line shall be printed in the statistical list. Printouts of required statistics should be printed on demand.

Coverage prediction utility for planning subsequent lines or infill lines in CRT. CRT displays shall be output to a printer for hard copy as required.

CONTRACTOR shall make available an edit facility to remove bad traces or shot points that have poor quality (e.g. bad navigation, misfires and files not recorded).

A.17 PROCESSING OF NAVIGATION DATA (POSITIONING DATA)

A.17.1 Final processing of all positioning data to P1/90 and preparation of post plots shall be done onboard by the CONTRACTOR as per standard practice in the Industry at no extra cost to the ONGC-VL.

A.17.2 Both raw and processed Navigation data should be supplied to ONGC-VL at no extra cost.

A.17.3 The following output shall be supplied to ONGC-VL at no extra cost:

a) Raw and processed navigation data are to be in UKOOA P2/91 or 94 and P1/90 and

format in WGS-84 spheroids on tape/cartridge along with a copy of the format.

b) Final P1/90 data file shall reflect any bad groups/traces as defined in A.16.6.

Page 86: Document51

86

c) Raw navigation data in P2/91 or P2/94 format and final processed source-receiver positions in P1/90 format shall be project deliverables.

A.18 MAPPING STANDARDS

All reduction and post-plotting of navigation data shall conform with the following: 1. Reference point : Geometric center of source array 2. Geodetic datum : MAGNAS-SIRGAS 3. Mapping system : Transverse Mercator

A.19 OBSERVER’S REPORT

Along with seismic and navigation data of each seismic line, the CONTRACTOR should deliver necessary QC information, support documentation, test data and field processing recommendation to the ONGC-VL so that processing of the seismic data may be carried out in a timely manner. This shall include (but is not limited to) all information specified in this Section. For example, Streamer diagram, geometry of antenna, seismic-energy source and streamer, water depth, gun depths, operating pressure, volume and tail buoy bearings, etc. This information shall be a project deliverable.

Observer logs should as a minimum contain the following information:

a) CONTRACTOR and vessel name b) CLIENT project number and line number c) Line heading d) Date e) Tape number(s) and corresponding tape-drive identifier f) Shot point and file numbers (if applicable) g) Number and time of first and last shot point on h) Number and time of first and last acceptable shot point (if different) i) An indication of test and noise records j) An indication of misfires, stating the reason k) Any change in the bad traces in the configuration l) Average feathering angle (as defined by the tail-buoy) at the SOL and EOL m) Weather and sea state, during changes and at the SOL and EOL n) Average water depth at the SOL and EOL o) Any change in recording parameters where applicable

A.20 TAPE LABELS

Tape labels shall be used, which as a minimum contain the following information in a readable form:

a) Acquisition CONTRACTOR and ONGC-VL logo b) Vessel Name c) Block name d) Area or survey name e) Line number in full, including prefixes and suffixes f) First shot point number g) Last shot point number

Page 87: Document51

87

h) First file number i) Last file number j) Data format k) Recording date l) Cartridge number m) Sampling Interval n) Record Length

A.21 TAPE TRANSMITTAL PROCEDURES

At the earliest opportunity, or as requested by ONGC-VL, CONTRACTOR shall ship the first copy of all data tapes to a processing centre or tape archiving facility designated by the ONGC-VL. Once the first copy is considered to have been read successfully, CONTRACTOR shall ship the second copy of the data tapes to the centre designated by ONGC-VL.

CONTRACTOR shall remain responsible and accountable for safeguarding the data, until the second tape copy has been delivered at its destination.

Cartridges containing only rejected lines or line segments shall be marked ‘DNP’ or ‘Do Not Process’. DNP tapes should be included in the data shipments so that no confusion is possible about missing tape numbers. DNP tapes should be copied if they contain data.

An electronic and paper copy of a tape transmittal form duly verified by ONGC-VL onboard representative shall accompany all tape shipments. A further electronic copy of the transmittal shall be sent by e-mail to CLIENT at the time of the data shipment. The electronic copy shall be tabulated with one row for each tape. The transmittal form should show, the tape identifier number, with file and shot point ranges for each tape, and highlight and rejected tapes as ‘DNP’ or ‘Do Not Process’.

A.22 GENERAL WORK STANDARDS

A.22.1 Purpose

The work standards set forth earlier are intended to provide a reasonable minimum standard of reference for CONTRACTOR’s work performance. However, the CONTRACTOR may suggest better work standards prior to commencement of survey for consideration by ONGC-VL.

A.22.2 Shutdown Of Operations

ONGC-VL’s representative may request cessation of recording operations at any time if in his opinion CONTRACTOR’s work performance or data acquisition is not as per specifications covered in this Contract.

A.22.3 Modification Of Specifications

Any alteration or modification of these specifications shall be done only with the prior approval of ONGC-VL.

A.22.4 Communication

Page 88: Document51

88

CONTRACTOR shall keep ONGC-VL’s onboard representative fully informed at all times and maintain continuous, effective two-way communication between the survey vessel/work area and ONGC-VL.

A.22.5 Data Acquisition

At all times while survey is under way, CONTRACTOR’s operator shall ensure that all recorded data are readable, accurate and properly annotated.

A.22.6 Damages To Installations/Environment CONTRACTOR should ensure that no damage of any sort occurs to the existing

surface/sub-surface installation in and around the area of survey including the environmental damage.

A.22.7 Authority Of Master Of Vessel

Nothing in these work standards shall be construed as to over-ride the authority of the Master of the vessel with respect to his responsibility for the safety of the vessel and all survey equipment and the health and well being of its employees.

A.22.8 Health, Safety and Environmental CONTRACTOR shall ensure that all operations undertaken within this CONTRACT are

conducted in a safe and responsible manner. The HSE standards employed shall conform to those normally accepted in the offshore industry and shall, as minimum, comply with all IAGC and E&P forum guidelines.

HSE exhibit provided in Appendix A2 broadly defines the HSE requirements. A.22.9 Final QC Deliverables

• 2D brute stacks in SEGY format on 3592 tapes. • 2D brute stack plots on paper. • Picked velocity function used for brute stacks on CD or DVD. • RMS displays in GIF/TIFF format on CD/DVD . • Near Trace Display in GIF /TIFF format on CD/DVD . • Common-offset cube in SEGY format on 3592 tapes. • Inline, cross line and time slice paper displays of the common-offset cube. • Final QC processing report.

A.23 3D SEISMIC DATA PROCESSING:

A.23.1 PSTM Processing Sequence

• The generalized processing sequence is provided below. However, based on signal/noise consideration of the data, some steps may not be required upon testing or in rare case of data requirement; some modules not included in the sequence may have to be added on mutual agreement at no extra cost to ONGC-VL

• All outputs should be relative amplitude preserved.

• Final Processing Sequence/ Parameters will be decided after test processing.

Page 89: Document51

89

1. REFORMAT TO INTERNAL FORMAT 2. GEOMETRY AND MERGE SEISMIC WITH NAVIGATION DATA

OUTPUT: GEOMETRY MERGED SHOT GATHERS 3. QC GEOMETRY USING NEAR TRACE STACK. 4. CORRECTION FOR SYSTEM DELAY – SOURCE AND CABLE STATIC

ADJUSTMENT TO SEA LEVEL 5. ZERO-PHASE CONVERSION USING MODELED OR RECORDED FAR FIELD

SIGNATURE 6. TRACE SAMPLING 2 msec. 7. BAD SHOT/TRACE EDIT AND SPIKE REMOVAL. 8. SWELL NOISE ATTENUATION ( 2 PASSES IF NECESSARY IN SHOT DOMAIN ) 9. ADDITIONAL NOISE ATTENUATION IN OTHER DOMAINS TO ADDRESS

SPECIFIC NOISE PROBLEMS. IF IDENTIFIED IN THE DATA. I.e. SEISMIC INTERFERENCE, CABLE NOISE. – OPTIONAL.

10. TRACE DECIMATION AND K-FILTER TO 12.5M X 25M BIN. 11. LOW CUT FILTER OR DC-BIAS FILTER (AS REQUIRED) 12. SPHERICAL DIVERGENCE CORRECTION (REFERENCED TO WATER BOTTOM) 13. FIRST PASS OF MULTIPLE ATTENUATION

- TAUP DECONVOLUTION - FOR SHALLOW WATER CASE/SEGMENT. - SURFACE RELATED MULTIPLE ATTENUATION – FOR DEEP WATER CASE/SEGMENT.

14. . SORT TO CMP DOMAIN OUT PUT: CMP GATHERS 15. INITIAL HIGHER ORDER VELOCITY ANALYSIS ON A 1KM X 1KM GRID.

OUTPUT(S): • FAST TRACK STACKED CUBE USING ABOVE VELOCITY (SEG-Y FORMAT) • RAW FAST TRACK POST STACK MIGRATED CUBE (SEG-Y FORMAT) • FILTERED FAST TRACK POST STACK MIGRATED CUBE (SEG-Y FORMAT)

16. SECOND PASS OF MULTIPLE ATTENUATION - WEIGHTED LEAST SQUARES PRT, HIGH RESOLUTION RADON.

17. AMPLITUDE CORRECTION FOR SHOT, CABLE AND CHANNEL AMPLITUDE ANOMALIES WITH RELATIVE AMPLITUDE PRESERVATION, – TO REDUCE MIGRATION ARTIFACTS. ENSEMBLE EQUALIZATION (Optional)

18. RANDOM NOISE ATTENUATION IN THE OFFSET DOMAIN IF NECESSARY.- OPTIONAL

19. Q COMPENSATION – PRE STACK, PHASE ONLY, WITH CLIENT SUPPLIED VALUE IF AVAILABLE.

20. KIRCHHOFF PRE STACK TIME MIGRATION HIGHER ORDER VELOCITY ANALYSIS AT 500M X 500M GRID

21. THIRD PASS OF MULTIPLE ATTENUATION – WHERE NECESSARY 22. FULL CURVED RAY KIRCHHOFF PRE STACK TIME MIGRATION IN TRUE

AMPLITUDE (PSTM) 23. RESIDUAL POST MIGRATION HIGHER ORDER VELOCITY ANALYSIS ON A 500M

X 500M GRID. 24. ADDITIONAL RESIDUAL MULTIPLE ATTENUATION USING WEIGHTED LEAST

SQUARES PRT. -OPTIONAL 25. DENSE HIGHER ORDER VELOCITY ANALYSIS AT 100M INTERVALS–

SPATIALLY CONTINUOUS VELOCITY ANALYSIS. - OPTIONAL 26. FINAL DETERMINATION OF OUTER MUTE 27. STACK OF 4 SEISMIC VOLUMES (NEAR, MID, FAR AND FULL STACKS). 28. Q COMPENSATION (AMPLITUDE ONLY AND REFERENCED TO WATER

BOTTOM) 29. RESIDUAL ZERO-PHASE FILTER CORRECTION – MATCH TO SUPPLIED WELL

SYNTHETIC IF AVAILABLE.

Page 90: Document51

90

30. RESOLUTION ENHANCEMENT – BY SPECTRAL BALANCING OR OTHER METHOD AS NEEDED

31. POST STACK RANDOM NOISE ATTENUATION (IF NECESSARY). 32. SPATIAL AND TIME VARIANT FILTER 33. FINAL RELATIVE AMPLITUDE COMPENSATION

A23.2: Interaction of QC Representative with Processing Group QC REPRESENTATIVE WILL INTERACT REGULARLY WITH THE PROCESSING GROUP FOR TEST PROCESSING QC REPRESENTATIVE WILL ALSO INTERACT AT THE FOLLOWING STAGES: STAGE1: GEOMETRY MERGE STAGE 2: AFTER MULTIPLE ATTENUATION STAGE 3: AT 1st PASS VELOCITY ANALYSIS STAGE 4: AT 2nd and/or FINAL VELOCITY ANALYSIS STAGE 5: AFTER GENERATING FINAL PSTM OUTPUTS STAGE 6: AT THE TIME OF PREPARATION OF FINAL DELIVERABLES. A 23.2: PSTM- Processing Deliverables Block wise

1. GEOMETRY MERGED SHOT GATHERS (SEG-Y) 2. CMP GATHERS (SEG-Y) 3. FAST TRACK STACKED CUBE AFTER STEP 15 (SEG-Y FORMAT) 4. RAW FAST TRACK POST STACK MIGRATED CUBE OF STEP(15 (SEG-Y FORMAT) 5. FILTERED FAST TRACK POST STACK MIGRATED CUBE OF STEP 15 (SEG-Y FORMAT) 6. RAW AND FINAL PSTM STACK 6.25 MX25M GRID (SEG-Y FORMAT) 7. NEAR, MID AND FAR STACKS IN SEG-Y FORMAT 8. NMO CORRECTED PSTM GATHERS WITHOUT MUTE FOR AVO STUDIES 9. PSTM MIGRATION AND STACKING VELOCITY MODELS, IN ASCII & SEG-Y FORMAT

10. FINAL PROCESSING REPORT A.24: PSDM Processing

A 24.1: PSDM Processing Sequence (Actual procedure will be governed by imaging S/W) 1. INPUT CONDITIONED CMP GATHER DATA AND QC 2. RMS VELOCITY VOLUME/FUNCTIONS LOADING & QC 3. STACKING VELOCITY VOLUME/FUNCTIONS LOADING & QC (OPTIONAL) 4. HORIZON PICKS DATA LOADING AND QC 5. TIME MIGRATED STRUCTURE MAPS PREPARATION 6. DEMIGRATION OF TIME MIGRATED MAPS TO OBTAIN DEMIGRATED TIME MAPS 7. RMS VELOCITY MAPS FOR THE PICKED/LOADED HORIZONS 8. STACKING VELOCITY MAPS FOR THE PICKED/LOADED HORIZONS (OPTIONAL) 9. DEPTH INTERVAL VELOCITY MODEL-BUILDING FOR THE PICKED HORIZONS

THROUGH LAYER STRIPPING APPROACHES (COHERENCY INVERSION/STACKING VELOCITY INVERSION OR COMBINATION OF BOTH)

10. STRUCTURE MAP PREPARATION ALONG THE PICKED HORIZON 11. INTERVAL VELOCITY VOLUME GENERATION USING INTERVAL VELOCITIY MAPS

OF THE PICKED HORIZONS 12. TARGET ORIENTED KIRCHOFF MIGRATION ALONG INLINES (500M INTERVAL),

APERTURE TESTS (FULL APERTURE 8000M IN RC-8 BLOCK & 6000 M IN RC-10 BLOCK), MAXIMUM DEPTH< 8 KM.

13. RESIDUAL DEPTH MOVEOUT ESTIMATION ALONG TARGET LINES 14. INTERVAL VELOCITY MODEL REFINEMENT / TOMO-UPDATION

Page 91: Document51

91

Several iterations of steps 12 to 14 are envisaged. 15. FINAL INTERVAL VELOCITY VOLUME GENERATION 16. FINAL PRE STACK KIRCHOFF DEPTH IMAGING 17. SPACE VARIANT MUTE AND STACK OF PSDM GATHERS 18. SCALE TO TIME MIGRATED OF THE PSDM STACK FOR POST PROCESSING 19. SCALE BACK TO DEPTH FOR FINAL PRODUCT

Step 12-14 will have many iterations before final interval velocity model is evolved. A 24.2 Interaction of QC Representative with Processing Group QC representative will interact regularly and intimately with the processing group at all important stages (viz. data loading, initial interval velocity modeling, Residual picking QC) and at the time of final deliverables.

A 24.3: List of Block wise Deliverables for PSDM-Processing

1. SEG-Y OUTPUT OF FINAL PSDM STACK VOLUME 2. SEGY OUTPUT OF SCALE TO TIME MIGRATED OF THE PSDM STACK 3. SEGY OUTPUT OF PSDM GATHERS 4. SEGY OUTPUT OF SCALE TO TIME MIGRATED OF THE PSDM GATHERS 5. SEGY OUTPUT OF DEPTH-INTERVAL VELOCITY VOLUME

Page 92: Document51

92

APPENDIX A2

HSE EXHIBIT

A2. 1.0 GENERAL PROVISIONS 1.1 All defined terms in this Exhibit shall have the same meaning as set out in the Contract unless

otherwise stated. 1.2 CONTRACTOR shall develop and document a health, safety, security and environment Plan

(HSSE Plan) addressing the HSE risks specific to the Scope of Work set out in the Contract and the management of controls to eliminate, reduce or mitigate these risks.

1.3 The HSE Plan shall address the HSE risks of all phases of the Work through mobilisation,

execution and demobilisation at each location where the Work will be performed (including but not limited to the office, factory, fabrication yard, construction site, vessel, offshore installations) known as the Site, and shall demonstrate how risks to all personnel have been identified and have been reduced to As Low As Reasonably Practicable. (ALARP).

1.4 The HSE Plan shall contain the list of HSE deliverables along with a schedule for their

completion. 1.5 The HSE Plan shall be submitted to for review and acceptance within thirty (30) days from

LOA. 1.6 ONGC-VL reserves the right at all times to audit and review Contractor’s facilities, services

and/or performance of its activities in respect of compliance with the accepted HSE Plan for the Work.

1.7 ONGC-VL reserves the right to suspend the Work or any part thereof if CONTRACTOR does

not comply with the accepted HSE Plan at the risk of the CONTRACTOR. Before any Work is suspended ONGC-VL shall liaise with CONTRACTOR to allow CONTRACTOR the opportunity to rectify any non-conformances within an acceptable timescale. Any suspension shall be carried out in accordance with the terms of the Contract.

1.8 Either party may, at any time, suspend the Work for HSE reasons; in such event where the

CONTRACTOR elects to suspend the Work, CONTRACTOR shall immediately inform ONGC-VL in writing of those reasons, and provide details of actions taken to mitigate, reduce, or eliminate the reason.

1.9 It is expected that the CONTRACTOR shall have its own Standards which apply to HSE matters

and shall comply with them where applicable. Where these Standards are not available, or in the reasonable opinion of the ONGC-VL, they fall below ONGC-VL’s own Standards then the ONGC-VL shall have the right to issue its own Standards in force from time to time, to the CONTRACTOR, in order that the CONTRACTOR shall comply with these provisions.

1.10 Failure by CONTRACTOR to adhere to, demonstrate compliance with or ensure

CONTRACTOR Personnel comply with the Company’s HSE Exhibit or Standards may result in termination of the Contract.

2.0 PROVISIONS SPECIFIC TO HSE PLAN

Page 93: Document51

93

HSE Training

2.1 CONTRACTOR shall be responsible for, and implement, competency based HSE training of CONTRACTOR’s Personnel, and shall take account of and integrate training requirements with ONGC-VL’s requirements and Policies, Standards and Guidelines as may be advised from time to time.

HSE Promotion and Awareness

2.2 CONTRACTOR shall establish a mechanism for communication and feedback of HSE issues and performance among Contractor Personnel on the Site and to ONGC-VL. HSE Professionals

2.3 CONTRACTOR shall provide specialist HSE advice and supervision and respond to HSE issues. CONTRACTOR provides sufficient numbers of experienced HSE supervisors on Site, covered by the Contract.

Subcontractors

2.4 CONTRACTOR shall ensure that all its Subcontractors receive a copy of, and comply with the requirements of the HSE Plan accepted by Company and are provided with a copy of this Exhibit. HSE Communications

2.5.1 CONTRACTOR shall, where applicable, ensure before commencing operations pursuant to the Contract that all companies, organisations and communities that could potentially be affected by such operations have been notified and when/where necessary carried out a suitable consultation process. At the Site the CONTRACTOR shall ensure that effective toolbox talks are undertaken. Where shift work is in operation clear communications between shift workers such as shift handover notes and face to face handover shall be enforced.

2..5.2 Where applicable, CONTRACTOR’s arrangements for emergency communications shall be integrated with the requirements of the ONGC-VL and/or the Site and/or local or national or international support services.

HSE Meetings Programme

2.6 CONTRACTOR shall establish an effective structure and schedule for HSE meetings involving all CONTRACTOR’s Personnel assigned to the Work, to promote communication and involvement in HSE matters. ONGC-VL reserves the right to participate in such meetings. PPE Requirements

2.7.1 CONTRACTOR shall ensure that all workers are provided with all necessary PPE at the Site. This shall, as a minimum, meet international standards and include the following: (a) Safety helmet (hard hat). (b) Safety glasses/goggles. (c) Coveralls (d) High visibility vest or reflective bands on coveralls

Page 94: Document51

94

(e) Safety boots (f) Safety harness (for working at height/over side). (g) Special equipment for hazardous / unusual activity or conditions (h) Suitable gloves (i) Ear defenders

2.7.2 CONTRACTOR shall conduct risk assessments for all activities requiring the use of personnel

protective equipment (PPE) and the specification of the required PPE, and provide additional and/or specialist PPE as required.

2.7.3 CONTRACTOR Personnel failing to use the appropriate PPE will be asked to use the appropriate equipment or stop work immediately. If the CONTRACTOR Personnel fail to use the PPE the ONGC-VL may required them to stop work and/or leave the Site. Persistent repeated failures by CONTRACTOR Personnel to use appropriate PPE may result in ONGC-VL requiring the Contractor to permanently remove the relevant CONTRACTOR Personnel from the Site and replace the CONTRACTOR Personnel without delay and at no extra cost to the ONGC-VL.

Auditing and review 2.8.1 CONTRACTOR shall establish a schedule for HSE audit / inspection for its activities and those

of its primary Subcontractors, and provide a copy of the schedule to ONGC-VL.

2.8.2 ONGC-VL reserves the right to attend any HSE audit/inspection and must be provided with the necessary notification in due time to organize mobilisation.

2.8.3 Before commencement of the Work, ONGC-VL may, at its sole option, conduct an audit to

satisfy itself of CONTRACTOR’s arrangements regarding HSE matters. ONGC-VL shall co-operate fully with the audit team and correct any agreed deficiency noted without undue delay and in any event before Work commences.

2.8.5 Upon request, CONTRACTOR shall supply ONGC-VL with copies of all reports and

documents regarding HSE matters that it is required by legislation to maintain together with such other reports and information as ONGC-VL may require.

2.8.6 CONTRACTOR shall maintain and make available for inspection by ONGC-VL upon request

all registers, records and any other documentation on environmental aspects of the activities being carried out or on the environmental management system implemented by Contractor

2.8.7 CONTRACTOR shall provide a report on HSE performance during the contract, as part of the

contract close-out documentation. 2.8.8 CONTRACTOR shall provide HSE reporting on fortnight basis as per Appendix F2 (i), F2 (ii)

and F2 (iii) as per clause 7.9 of Annexure III.

Page 95: Document51

95

APPENDIX-B

TECHNICAL DETAILS OF EQUIPMENT/PERSONNEL/EXPERIENCE IN DATA ACQUISITION

(TO BE PROVIDED SEPARATELY FOR DIFFERENT OFFERED VESSELS) Please provide details of the following: B.1. ENERGY SOURCE Airgun/Sleeve Arrays

1. Type 2. Volume 3. Pressure 4. Number of guns per array 5. Number of gun arrays

Guaranteed latest source characteristics for far field signature through an out-128 Hz, 72 dB/octave filters at flat frequency spectrum from 10 to 90 Hz. Volume Working Peak to peak Primary to Band Pressure amp. (bar-m) bubble ratio Width Note : 1. Please enclose diagrams showing configurations of array(s) with volumes, dimensions and

array directivity diagrams. Dropout specification shall be included indicating critical guns for each array.

6. Signal and amplitude spectra of arrays with all relevant information such as source and hydrophone depths filter settings etc.

7. Description of system for controlling and monitoring gun depths 8. Description of source array location system

Gun Control System

- Make & Name - Whether Graphic screen display is available - Can it provide listing of various parameters like delay & error values for

all guns B.2 SEISMIC STREAMER

- Make & Type of streamer - No. of streamer proposed for this survey - Effective length of the streamer - No. of channels

Page 96: Document51

96

- Groups per streamer section - Available Group Interval - Active Group Lengths - Hydrophones per group and configuration - Number of stretch sections and their length

Note: For normal operations, sufficient back up facility should be available onboard at any point of time.

Seismic Electronic Module (Acquisition Modules)

- Dynamic Range - Low Cut Filter - High Cut Filter - Sampling Rate - Type of A/D Converter and resolution (24 bit required)

Depth Controller

- Type - Number/Interval - Individually controllable - Accuracy

Depth Transducer

- Type - Number/Interval - Accuracy - Monitoring/recording -

Cable Compasses/acoustics

- Type - Number/Interval - Monitoring/Recording - Accuracy/Bias

Tail buoys

- Type - Details of positioning system - Monitoring/Recording of feathering angle

Hydrophones

- Make & Type - Model - Intrinsic sensitivity

B.3 NAVIGATION SURVEY SYSTEM B.3.1 DGPS Equipment

a) Fixed Receiver

Page 97: Document51

97

- Receiver type - Number of Channels

Mobile Unit - Receiver type - Number of Channels

b) Differential Correction Carrier (INMAR-satellites)

- Format - Frequency - Update Rate (up to 4 seconds) - Latency (upto 10 seconds) - No. of ref. Stations and their maximum distance from prospect

B.3.2 Integrated Navigation System

- Type - Model - Make - Format for raw navigation data (P2/91 or P2/94)

B.3.3 Heading System

- Type of Heading System (Gyro or GPS based) - Name & Make - System resolution in degrees

B.4 SEISMIC DATA RECORDING SYSTEM

- Make, Type & Model - Number of channels - Number of auxiliary channels - Low cut filter - High cut filter - Recording Format - Recording media - Number of Cartridge drives - Sampling rates - Record length

ONBOARD DISPLAYS Camera/Recording Oscillograph

- Type - Number of channels - Paper width - Normal display

3D Binning Real Time Display System

- Hardware & Software details - Manufacturer - Whether the system has following capabilities:

Ability for bin editing

Page 98: Document51

98

Display the operator defined offset ranges and analyze fold contributions

Accept source-receiver data auxiliary inputs

Provide accurate real time steering information, for optimum trace steering for any user defined input.

Duplicate offset reduction as a user selectable option

Apply operator selectable flex criteria in either the cross line or in line directions as a function of offset.

Single Trace Recorder (STR) or equivalent System

- Type/Manufacturer

B.5 NAVIGATION DATA PROCESSING - Hardware Details : - Software Details : - Plotting Capability : - Format for post processed nav data : B.6 TECHNICAL DETAILS OF EQUIPMENTS AND SOFTWARE TO BE USED FOR

PROCESSING 1. System Configurations onboard 2. Details of complete Seismic Processing Packages 3. System layout diagram 4. Location of onshore processing centre(s)

B.7 CONTRACTOR’S KEY PERSONNEL Experience of key Personnel to be associated with the project

The key personnel comprises of

- Project Manager - Seismologist/Geophysicist (Marine Operation Manager) - Navigation Manager - Quality Control (QC) and Safety Manager - Party Chiefs - Processing Manager - Processing Geophysicist(s)

At the time of actual deployment of such personnel onboard, the experts shall have at least the experience and qualifications as stated in the list, which will be verified by the ONGC-VL before acceptance.

Page 99: Document51

99

APPENDIX-C

GENERAL INFORMATION (To be submitted in respect of each offered vessel)

C.1 SURVEY VESSEL (S) / SUPPORT VESSEL (S)

• Name • Owner • Year of manufacture/rebuilt • Port of Registry & No • Call sign & Frequency • Official No. / IMO Code No. • Flag • Length • Draft • Beam • Hull • Tonnage Gross/Net • Engine & Generators (Make, Model & Capacity) • Propulsion • Cruising Range & Speed • Fuel Capacity • Water Capacity • Endurance • Bridge Equipment • Radar • Auto-Pilot • Echo Sounder • Communication Equipment • Satellite Receiver • Radio Telephone • VHF • Classification • GDMSS

C.2 COMMUNICATION/AUXILLIARY/OTHER EQUIPMENT

List to be provided with specifications C.3 SAFETY EQUIPMENT C.4 GENERAL INFORMATION

a) Years of experience and expertise on conducting 3-D Marine Geophysical survey.

b) List of Countries and clients for whom similar services were rendered in past couple of years.

c) Additional information may be furnished on separate sheet together with technical details etc.

Page 100: Document51

100

APPENDIX -D

PRICE FORMAT PROFORMA FOR PRICED BID

3D SEISMIC DATA ACQUISITION IN DURING FIELD SEASON 2012 IN BLOCK RC-8 and RC-10

Currency of quoted rates: _______ 1. Evaluation of bids

Description Unit Rate Amount VAT Total

(i) (ii) (iii) (iv) (v)

a) Total Mobilization Charges

Lump-sum

b) De-mobilization charges

Lump-sum

c) Standby charges for 5 days

Per day

d) Seismic Data Acquisition charges for acquisition in RC-8 Block (i) 12,400 LKm. prime (ii) 2,480 LKm Infill

LKM

e) Seismic Data Acquisition charges for acquisition in RC-10 Block (i) 25,160 LKM Prime (ii) 5,032 Lkm Infill

LKM

f) Processing charges for PSTM: 310 Sq. Km (equals to 12,400LKM) in RC-8 Block

Sq. Km

g) Processing charges for PSTM: 629 Sq. Km ( equals to 25,160 LKM) in RC-10 Block

Sq. Km

TOTAL

Profit on the Contract Value:

VAT on the Profit:

GRAND TOTAL INCLUDING VAT:

OFFERED PLACE(S) OF PROCESSING _________________ 2. OPTIONAL PROCESSING (PSDM) Description UNIT Rate Amount 1. Processing charges for PSDM: Sq. Km

Page 101: Document51

101

310 Sq. Km (equals to 12,400LKM )in RC-8 Block

2. Processing charges for PSDM: 629 Sq. Km (equal to 25,160 LKM) in RC-10 Block

Sq. Km

1. Name & Address of the Bidder’s banker ____________________ along with A/c No. & SWIFT Code etc., ____________________ for arranging payments through T.T. _____________________

Note 1. Bidders will be responsible for all taxes and duties as per the laws of Colombia.

2. Bidders to clearly indicate the location of all probable place(s) of onshore processing centre(s)in the bid.

3. Rates quoted in (ii) above should be inclusive of all taxes and duties but excluding VAT.

4. Applicable VAT should be indicated in (iv) above.

5. Bidders should check the latest position on applicability of VAT as well as other taxes and duties applicable in Colombia and quote accordingly for acquisition and processing depending on their status of services being carried out in or out of Colombia.Bidders will have to indemnify ONGC-VL for any liability (including any penalty or any other losses) arising due to misstatement on account of place of processing.

6. The data acquisition rates shall be inclusive of all costs for pre-survey Bathymetry survey, cost of acquisition, processing of DGPS positioning data and preparation of post plots of survey lines including all costs for DGPS Navigation system as primary.

7. The standby charges will be paid at the daily rate prorated (24 hours a day basis) to the nearest half hour “subject to the standby clause 16 of Special Terms and Conditions of Contract. The standby charges will be for a maximum period of 05 days only cumulative for entire duration of the contract.

8. For Evaluation purposes to find out most Economical Bid, the quoted price for Optional Item shall not be considered.

9. Infill charges will be taken into consideration while quoting acquisition charges (Feathering angle: max 15 degrees).

Note: For the purpose of computation of Infill charges the basis will be actual infill data acquired, i.e. Chargeable Infill LKM = No. of accepted Chargeable Shots (difference of first and last shot points minus bad shots) x Shot Point Interval x No. of Lines Actually Infilled. No payment shall be made for run-in and run-out shots

The payment for the infilling shall be regulated as under:

1. Infilling up to first 20% of primary acquisition in each survey area will be payable by ONGC-VL.

2. Infilling beyond 20% and up to 30% of primary acquisition in each survey area will be on CONTRACTOR’s account.

3. Infilling, if any, beyond 30% of primary acquisition in each survey area shall be payable by ONGC-VL.

Page 102: Document51

102

APPENDIX-E

Shooting Direction: E-W in both RC8 & RC10

Figure 1: Proposed Areas for 3D Seismic Surveys in RC10 & RC-8

B1

B6

B3

B2

B5

B4

C1

C4 C3

C2

Poly‐1

(346km2)

Poly‐2

 (283km2)

Page 103: Document51

103

FULL FOLD AREA COORDINATES IN THE BLOCK RC-8

FULL FOLD AREA COORDINATES IN THE BLOCK RC-10

3D AREA CORNER POINT COORDINATES IN RC-10 BLOCK

POLY-1 CORNER POINTS X(EASING) Y(NORTHING) B1 1108100.398 1851305.837 B2 1120441.500 1851305.837 B3 1120441.500 1828261.261 B4 1103703.080 1828261.261 B5 1103703.080 1842074.810 B6 1108100.398 1842074.810 POLY-2 C1 1137479.620 1844172.500 C2 1153573.250 1844172.500 C3 1153573.250 1829085.750 C4 1137479.620 1829085.750

Page 104: Document51

104

APPENDIX-F-1-

PROFORMA FOR DAILY PROGRESS REPORT (DATA ACQUISITION): 3D

Date:__________ Prospect: _______________

Sl No

Line No.

SP Range FSP - LSP

Total SPs Bad SPs

Acceptable Shots

CMP Lines

Coverage Prime CMP LKm

Coverage Infill CMP LKm

Remarks

(a) (b) (c) (d) (e) (f) = (e)-(f) (g) (h) =(f) x (g) x S.I.

(i) =(f) x (g) x S.I.

1) Total Prime Coverage (daily) 2) Total Prime Coverage (Prospect) 3) Total Infill coverage (daily) 4) Total Infill Coverage (Prospect) 5) Total Standby Hours (daily): 6) Total Standby Hours (prospect): (Signatures) (Signatures) ONGC-VL’s Representative Party Chief Note :Besides above contractor needs to submit detailed onboard activity report as per its own format.

Page 105: Document51

105

APPENDIX F-2

PROFORMA FOR WEEKLY PROGRESS REPORT – 3D DATA PROCESSING

DPR FOR

Sl. no. SP Range

FSP-LSP Full fold SPs FFSP-LFSP

LKM processed/

SKM Processed

Accepted LKM

Accepted SKM

Remarks

1. Accepted LKM of Processing : 2. Accepted SKM of Processing

(Signature) (Signature) ONGC-VL’s Representative Party Chief

Page 106: Document51

106

APPENDIX-G-1

PROFORMA FOR MONTHLY ACCEPTANCE OF PRODUCTION (LKM): 3D

Period:______________ Prospect: _______________

Sl No

Date

Line No.

SP Range FSP - LSP

Total SPs

Bad SPs

Acceptable Shots

CMP Lines

Coverage Prime CMP

LKm

Coverage Infill CMP

LKm

Remarks

(a) (b) (c) (d) (e) (f) = (d)-(e) (g) (h) =(f) x (g) x S.I.

(i) =(f ) x (g ) x S.I.

1) Total Prime Coverage (for above period) 2) Total Prime Coverage (Prospect) 3) Total Standby Hours (for above period) 4) Total Standby Hours (prospect)

(Signatures) (Signatures) ONGC-VL’s Representative Party Chief

Page 107: Document51

107

APPENDIX – H

PROFORMA FOR BATHYMETRIC DATA

META DATA (In Microsoft Excel for Microsoft windows)

1 Sl No. 2 Name of Survey Vessel 3 Sponsoring Agency ONGC-VL 4 Address 5 Mission Name 2D & 3D Seismic Data

Acquisition 6 Survey area 7 Details of Survey From To 8 Datum & Projection 9 Processing Software used 10 Version 11 Name of processed data

Files being submitted

12 Weather conditions 13 Remarks 14 SENSOR INFORMATION Equipment Make/Model Firmware

Version Calibration date

Accuracy level

a Position System b Echo sounder c Motion sensor d Sound velocity N/A N/A N/A N/A

BATHYMETRIC DATA

DATE & TIME Latitude Longitude Depth (meters)

ddmmyyhhmmss dd.ddddd dd.ddddd mmm.m

Note: Latitudes and Longitudes may be in decimals of degrees or in degree, minutes and secons

PROCESSED GRAPHIC FILES (with following header in separate files)

Sl NO MISSION FILE TYPE dgn, dxi, ntx

Signature Party Chief

Page 108: Document51

108

APPENDIX-J

PROFORMA FOR METEROLOGICAL DATA (a). OPERATING SYSTEM/FORMAT: (Microsoft Excel for Microsoft Windows) (b). FREQUENCY FOR FOR RECORDING DATA AND FILLING THE FORMAT: daily at 00, 03, 06, 09, 12, 15, 18 and 21 UTC during entire

period of deployment of the vessel.

(c). Equipment used for each parameter and their location (d). Any other weather/special phenomena observed Notes: a. Only those columns are to be filled for which relevant instruments/equipment is held onboard the vessel. (Part Chief Signatures)

Sl Date Time Lat Long Surface wind Atmospheric Pressure

Temperature Weather Wave Data Air

Temp Dew point temp

Wet bulb temp

dd-mm-yy

UTC/ COT

Degrees

Degrees

Speed

m/s or knots

Direction

(degrees)

Mill bars or Hecta Pascal

TT.T Td Tw (a) Clear sky (no clouds)

(b) Mainly clear (1-2 Octas clouds)

(c) Partly cloudy (3-4 Octas clouds)

(d) Mainly cloudy (5-7 Octas clouds

(e) Overcast (8 Octas clouds)

Height

(m)

Dir

(deg)

Period

(sec)

DEGREES AND TENTHS

ATLEAST ONE TEMP (TENTH OF DECIMAL)

Page 109: Document51

109

APPENDIX- K Proforma of Deliverables (ACQUISITION)

BLOCK:-- CONTRACT NO.

Signature Signature Party Chief ONGC-VL Representative

CONTENTS Type of Media (Cartridge / CD /DVD Hard copy)

ORIGINAL COPY No of tapes Tape nos.

From To Packing list reference.

No of tapes Tape nos. From To

Packing list reference.

1. Field data a) Raw seismic data b) Operation & navigation Report

c) Far Field Gun Signature

d) Observer’s Report 2. Navigation data (i) Raw (P294/P291) (ii) Processed (P1/90)

Page 110: Document51

110

A 23.2: LIST OF DELIVERABLES PSTM- PROCESSING BLOCKWISE

1. GEOMETRY MERGED SHOT GATHERS 2. CMP GATHERS AFTER STEP ‘14’ 3. FAST TRACK STACKED CUBE AFTER STEP (15) (SEG-Y FORMAT) 4. RAW FAST TRACK POST STACK MIGRATED CUBE OF STEP (15) (SEG-Y FORMAT) 5. FILTERED FAST TRACK POST STACK MIGRATED CUBE OF STEP (15) (SEG-Y FORMAT) 6. RAW AND FINAL PSTM STACK 6.25 M*25M GRID (SEG-Y FORMAT) 7. NEAR, MID AND FAR STACKS IN SEG-Y FORMAT 8. NMO CORRECTED PSTM GATHERS WITHOUT MUTE FOR AVO STUDIES 9. PSTM MIGRATION AND STACKING VELOCITY MODELS, IN ASCII & SEG-Y FORMAT

10. FINAL PROCESSING REPORT

A 24.3: LIST OF DELIVERABLES PSDM-PROCESSING BLOCKWISE 1. SEG-Y OUTPUT OF PSDM STACK VOLUME 2. SEGY OUTPUT OF SCALE TO TIME MIGRATED OF THE PSDM STACK 3. SEGY OUTPUT OF PSDM GATHERS 4. SEGY OUTPUT OF SCALE TO TIME MIGRATED OF THE PSDM GATHERS 5. SEGY OUTPUT OF DEPTH-INTERVAL VELOCITY VOLUME 6. PSDM PROCESSING REPORT

NOTE: Refer “Scope of Work” at Annexure-III, for No. of copies to be submitted and Language.

Page 111: Document51

111

APPENDIX- L

FORMAT FOR VESSEL ACCEPTANCE/Mobilisation Reference: Contract No.____________ It is to certify that the vessel ____________ has on_________ at _____ hrs IST has been deployed in

area________________.

All the equipments have been fully tested calibrated and put into operation as specified in the contract.

100 LKM of data has been acquired on line no.........in the survey area of block RC ....... and has been accepted.

Therefore mobilisation is complete as per clause 3.2

Signature ………………… Signature………………….

Name …………………….. Name………………………

Party Chief ONGC-VL on-board representative

Page 112: Document51

112

APPENDIX- M

FORMAT FOR COMPLETION CERTIFICATE

Reference: Contract No._____________________

(i) This is to certify that the vessel_________ has on ______ at ___ hrs IST has completed the acquisition of

3D Seismic data including suitable infill in the survey area______ as specified in the contract.

OR

(ii) This is to certify that the vessel________ has acquired ______ LKM (prime) with suitable infill (_____

LKM) against the awarded volume of _______ LKM (Prime) in the survey area________. Remaining data

acquisition in _______ area is not possible due to following localised obstructions (mention whichever is

applicable):

a) Fixed submerged fishing nets

b) Rigs/platforms in the area

c) Marine installations

d) Restricted area/marine sanctuary/port area

e) Very shallow water/ exposed land mass

f) Other localised obstructions/Hazards

Signature ………………… Signature………………….

Name …………………….. Name………………………

Party Chief ONGC-VL on-board representative

Page 113: Document51

113

APPENDIX- N

FORMAT FOR DEMOBILISATION CERTIFICATE Reference: Contract No.____________ This is to certify that no data pertaining to above referred contract is left onboard the vessel___________ of

M/s______________. All data acquired/processed so far under the referred contract by this vessel has been

offloaded.

Also, it is confirmed that all data in hard disks or any other storage media has been downloaded, cleared and

deleted.

Signature………………. Signature…………..

Captain of ……………… Party Chief,…………

Checked and found the above statement is in order and no data remain onboard. All data stored in disks of

computer systems and other storage media has been downloaded, cleared and deleted.

Signature………………….

Name………………………

ONGC-VL on-board representative

Page 114: Document51

114

ANNEXURE-IV

BID EVALUATION CRITERIA

A. VITAL CRITERIA FOR ACCEPTANCE OF BIDS:-

Bidders are advised not to take any exception/deviations to the bid document. B. REJECTION CRITERIA B.1 Technical rejection criteria The following vital technical conditions should be strictly complied with failing which the bid will be rejected: 1.0(a) Bidder should have minimum experience of carrying out 1000 SK 3D seismic data acquisition & processing with 6 streamers as a Geophysical contractor during last 5 years to the reckoned from the date of issue of Notice Inviting Tender. Bidder should submit copies of LOA/NOA/Certificates in respect of above contracts, along with documentary evidence in respect of satisfactory execution of each of those contracts. (b)Details of experience of the bidder and the collaborator (in case of collaboration) or of joint venture partner (in case of a joint venture), on works/ jobs done of similar nature in the past indicating areas and clients are to be submitted along with the techno-commercial bid, in support of the experience laid down above at 1.0(a). (c) In case the bidder is a consortium of companies, the following requirement should be satisfied by the bidder:

i) The leader of the consortium should satisfy the minimum experience requirement as per para 1.0(a) above.

ii) The leader of the consortium should confirm unconditional acceptance of full responsibility of executing the ‘Scope of work’ of this tender. This confirmation should be submitted along with the techno-commercial bid.

iii) All the members of the consortium must undertake in their MOU that each party shall be jointly and severally liable to ONGC-VL for any and all obligations and responsibilities arising out of this contract.

(d) i) Bidders should submit Memorandum Of Understanding (MOU) / Agreement with their

technical collaborator/joint venture partner (in case of Joint venture) clearly indicating their roles under the scope of work.

ii) MOU/ Agreement concluded by the bidder with technical collaborator/ joint venture

partner (in case of joint venture), should also be addressed to ONGC-VL, clearly stating that the MOU /Agreement is applicable to this tender and shall be binding on them for the contract period

1.0 (e) Bidders are required to quote for complete scope of work as per specifications mentioned

Page 115: Document51

115

in this tender document. Bidders not quoting for complete scope of work or nor complying with specifications or tender requirements will be rejected. Technical evaluation of the Bids will be on the basis of technical criteria/conditions and the information as sought in Appendix-`A', and `B'. The bids, which do not confirm to the following, will summarily be rejected.

1.1 CONTRACTORS to ensure through certification that their key personnel comprising:

a) Project Manager b) Seismologist/Geophysicist (Marine Operation Manager) c) Navigation Manager d) Quality Control (QC) and Safety Manager e) Party Chiefs f) Processing Manager onboard as well as onshore (if applicable)

g) Processing Geophysicist(s) onboard as well as onshore

possess a minimum 5 years field experience in Offshore Seismic Data Acquisition (for data acquisition personnel only) and a minimum of 5 years’ experience in seismic data processing (for data processing personnel only) at the time of actual deployment)

1.2 Details such as area, client's name, type of survey and volume of data acquired and processed by the bidder during the last 5 (Five) years should accompany the Un-priced Bid.

1.3 The bids should conform to the technical criteria given in Appendix -`A', & ‘B’ of Annexure-III under the headings SPECIFICATIONS OF 3D SEISMIC DATA ACQUISITION & PROCESSING IN BLOCKS TECHNICAL DETAILS OF EQUIPMENT/PERSONNEL/ EXPERIENCE IN DATA ACQUISITION & PROCESSING". The bidder has to submit equipment/ technical details for each of the offered vessels as per the Appendix-B with the techno-commercial bid. 1.4 Numbers of vessels to be offered by the Bidder for evaluation: Bidder may offer any number of vessel(s) as per tender specification for the tender evaluation and shall also indicate other utility vessel(s), which shall be deployed by him in the event of award. The bidder shall also ensure that with the offered vessel(s), the CONTRACTOR will be able to complete the data acquisition and onboard processing as per the contract. In case the offered vessels are not owned by the bidder and are hired/ leased from other companies, MOU/ Hire or Lease Agreement from the owner of the vessel(s) has to be submitted by the bidder along with techno-commercial bid stating that the particular offered vessel(s) (not owned by the bidder) will be available against this particular tender/ work on award of the contract. The number of suitable short listed seismic vessels out of the offered vessels will be communicated to the successful bidder before the price bid is opened. Bidder must confirm the availability of the offered short listed vessels at least one day prior to opening of price bid, failing which the bid shall be rejected. The Bidders will have to ensure deployment of seismic vessel(s) out of short-listed vessels only for completion of work within stipulated period as per clause 3.1 of Annexure-III.

1.5 Operational plan: The bidder should indicate operational plan for completion of entire scope

of work of ‘3D SEISMIC DATA ACQUISITION & PROCESSING in blocks RC-8 & RC-10 as per the stipulated time schedule in the tender document.

Page 116: Document51

116

1.6 The bidder shall submit a certificate along with the un-priced bid, authenticated by a reputed

Third Party inspection Agency like DNV, ABS, BV, IRS, LRS, GEL or Germanischer, that the vessel(s) offered by the bidder :

(i) have statutory certificates. (ii) meet the class requirement at all the times. (iii) comply with IMO codes (iv) have a minimum residual life to cover the stipulated contract period plus

extension option as per clause 3 & 4 of Annexure-III.

In addition to above bidders are required to submit a copy of following statutory certificates along with un-priced bid:

i. Certificate of Registry ii. Certificate of class iii. Certificate of International load line iv. Certificate of International Tonnage v. Certificate of ship safety construction ( for vessel > 500 GRT) vi. Certificate of ship Safety Radio ( for vessel > 300 GRT) vii. Certificate of ship safety Equipment ( for vessel > 500 GRT) viii. Certificate- International Oil Pollution Prevention ( for vessel > 400

GRT)

No cost shall be reimbursed by the ONGC-VL on this account to the bidder.

1.7 The bidder has to submit an undertaking along with the techno-Commercial bid i.e. un-priced bid that he would obtain permission of regulatory authorities in Colombia for plying the offered vessel (s) in Colombian waters. 1.8 Bidders should confirm awareness of Colombia regulations related to HSEQ and statutory permits and work laws. 1.9 Commencement/ Completion Date: The entire work volume i.e. ‘3D SEISMIC DATA ACQUISITION & PROCESSING’ in block RC-8 & RC-10, Colombia Offshore as detailed in Annexure III of the tender document is required to be completed as per specifications in Appendix A & B of Annexure III.

ONGC-VL reserves the right to award add on work limited to a maximum of 20% of the total awarded work. The entire volume of work including add-on work, if any, shall be completed as below: Data acquisition: Within 2 months from the date of mobilization. Data processing: Within 2 months from the last shot taken. B.2 COMMERCIAL REJECTION CRITERIA

Page 117: Document51

117

The following vital commercial conditions should be strictly complied with failing which the bid will be rejected. 1.0 Bids should be submitted in Two Bid System in a sealed separate envelopes super scribed as follows:

a) Envelope-1 : Techno-commercial Bid Tender No._______________ Due on_________

b) Envelope-2 : Priced commercial Bid Tender No.______________

The contents of price format used by the bidder in both the envelopes must be exactly similar except that in case of Techno-commercial bid, (un-priced bid) the price column of the bid should be left blank. Offers with techno commercial bid containing prices shall be rejected outright. 2.0 Acceptance of terms & conditions: The bidder must confirm unconditional acceptance of General Conditions of Contract at Annexure II, Special Conditions of Contract at Annexure III and Instruction to Bidders at Annexure I.

3.0 Offers of following kinds will be rejected: (a) Telex/ Telegraphic /Fax/ E Mail/Xerox/ Photo copy bids and bids with scanned signature

offers. (b) Offers which do not confirm unconditional validity of the bid for 90 days from the date of

opening of bid. (c) Offers where prices are not firm during the entire duration of the contract and/or with any

qualifications. (d) Offers which do not conform to ONGC-VL’s price bid format. (e) Offers which do not confirm to the contract period indicated in the bid. (f) Offers of those bidders who quote mobilization charges which are higher than the limit

specified in the BEC. (g) The bidder not confirming availability of offered vessel at least one day prior to opening of

price bids. (h) Offers without “Integrity Pact” duly signed by tender signing authority.

4.0 Bidder shall bear all taxes & duties arising out of the contract not limited to the Personnel Tax as applicable in respect of their personnel and their sub-contractor’s personnel. Bidder shall also bear, within the quoted rates, the Corporate Tax, as applicable, on the income arising out of this contract. Bidder shall also bear, within the quoted rates, the custom duty, as applicable, in case of import of hardware/services arising out of this contract.

5.0 Financial Criteria

1. Turnover of Bidders: 30% of bid value or more 2. Net-worth of Bidder : Positive (as per latest audited annual report)

Notes:

i. The basis of bid value shall be the price quoted by the bidder including duty and taxes, if any, which is taken into consideration for evaluation.

Page 118: Document51

118

ii. For the purpose of ascertaining parameter of Turnover of the bidder, average turnover of the bidder for the previous two financial years shall be considered. The bidder will provide a copy each of audited annual accounts of previous two financial years for ascertaining their turnover. The date of the immediate previous year’s audited annual accounts should not be older than eighteen (18) months from the bid closing/un-priced bid opening date. In the un-priced bid, the bidder will submit a ‘certificate of compliance’ to the effect that the Turnover of the bidder is equal to or more than the required value as applicable. iii. In case the information contained in the ‘certificate of compliance’, as in (ii) above, is found to be incorrect later on after opening of price bids, then their bids will be rejected in case the bidder is not actually meeting the required financial criteria. iv. In case the bidder is a newly formed company (i.e. one which has been incorporated in the last 5 years from the date of un-priced bid opening of the tender) / subsidiary company, who does not qualify financial criteria (i.e. Turnover for 30% bid value) by himself and the bidder submits his bid based on the strength of his parent or promoter company, then such parent or promoter company should furnish documents in respect of turnover for 30% of bid value and net worth should be positive. Further, the parent/promoter companies should submit a Corporate Guarantee on their company letter head signed by an authorized official undertaking that they would financially support the newly formed company (i.e. the bidding company) for executing the project/job in case the same is awarded to them. Also, the bidder shall submit documentary evidence that his company has been newly formed / a subsidiary company. v. If the bid is from a Consortium, then the net worth of all the consortium partners individually should be positive. Further, the consortium partners should individually meet the turnover limit in proportion to the percentage of work to be performed by them respectively in terms of the limit of turnover specified in the tender. For this purpose, the bidder should indicate in the un-priced bid, the percentage of work to be performed by the respective consortium members. However, the financial capability of sub-contractors will not be taken into consideration

6.0 Import, Export, Transportation, Insurance And Clearances

All imports and export clearances under the contract shall be done by the CONTRACTOR and ONGC-VL will not provide any assistance in this regard except issuing any letter as may be required under local regulations. However, the CONTRATOR shall provide copy of all import related documents, if required by ONGC-VL.

7.0 Re-Export Of The Survey Vessel (S) & Equipment Along-With Consumables, Spares, etc. And Duty Drawback (If Any)

Regarding re-export of the left over material, spares and consumables etc. CONTRACTOR will be fully responsible for re-export at its own cost within 4 (four) months from the expiration or termination date of contract under which such materials, equipment and supplies were imported. Contractor will be responsible for all such taxes and duties attributable to such items not exported within such 4 (four) months period.

8.0 Compliance Of Law

CONTRACTOR shall comply with all the applicable laws in Colombia including but not limited

Page 119: Document51

119

to the Labour Laws, Rules and Regulations from time to time for the personnel deployed for this Contract and keep the ONGC-VL harmless and indemnified against any action brought against it for any violation/non-compliance of any Act, Rules, and Regulations etc.

C. PRICE EVALUATION CRITERIA: 1.0 The price format is placed at Appendix–D of Annexure-III. For the purpose of comparison of bids, the bids shall be evaluated in totality considering the price elements as detailed below {from (1) to (5)}

i) Mobilization charges (Rates will be taken from the quoted rate in Appendix "D"). (Note: Mobilization charges should not exceed 2 % of the total bid value, as described below at para 3)

ii) Demobilization charges (Rates will be taken from the quoted rate as per Appendix "D") iii) Standby charges for 5 days (Rates will be taken from quoted rates from Appendix "D") iv) Seismic Data Acquisition charges as specified in Annexure-III (rates will be as quoted in

Appendix "D”) v) Data Processing Charges as specified in Annexure-III (rates will be as quoted in Appendix

D). Charges for Optional Processing (PSDM): This should be quoted separately for 3D data Processing. This will not be considered for bid evaluation

2. Mobilization charges should not exceed 2.0 % of the total quoted bid value taken for the purpose of evaluation as per evaluation criteria. Bids with mobilization charges more than this limit shall be rejected. In this regard, bidders must certify in their un-priced bid that they have not quoted mobilization charges of more than 2 % of the total quoted bid value taken for the purpose of evaluation as per evaluation criteria.

In case the above information is found to be incorrect later on after opening of price bids then their bids will be rejected. D. GENERAL: 1. The BEC over-rides all other similar clauses operating anywhere in the Bid Documents. 2. The bidder/contractor is prohibited to offer any service / benefit of any manner to any employee of ONGC-VL and that the contractor may suffer summary termination of contract / disqualification in case of violation. 3. On site inspection will be carried out by ONGC-VL’s officers / representative /Third Parties at the discretion of the ONGC-VL. 4. Any other points arise during the tender/contract will be decided by ONGC-VL. 5. ONGC-VL reserves the right to reject any or all bidders at any time without assigning any reasons.

Page 120: Document51

120

Annexure -V

MATRIX FOR BEC COMPLIANCE

BEC Cl. No.

BID EVALUATION CRITERIA COMPLIANCE

A. Vital criteria for acceptance of bids: Has bidder taken any exceptions/deviations in their bid? If yes, whether bidder has indicated specifically in their bid?

Yes/No Yes/No

B Rejection Criteria: B.1 Technical rejection criteria

The following vital technical conditions should be strictly complied with failing which the bid will be rejected:

1.0(a) Does the bidder have minimum experience of carrying out 1000 SK 3D seismic data acquisition with 4 streamer as a Geophysical contractor during last 5 years to the reckoned from the date of issue of Notice Inviting Tender? Has the bidder submitted copies of LOA/NOA/Certificate in respect of above contracts, along with documentary evidence in respect of satisfactory execution of each of those contracts?

Yes/No Yes/No

1.0(b) Details of experience of the bidder and the collaborator (in case of collaboration) or of joint venture partner (in case of a joint venture), on works/ jobs done of similar nature in the past indicating areas and clients are to be submitted along with the techno-commercial bid, in support of the experience laid down above at 1.0(a).

Submitted/Not submitted

1.0(c) In case the bidder is a consortium of companies, the following requirement should be satisfied by the bidder:

i) The leader of the consortium should satisfy the minimum experience requirement as per para 1.0(a) above. ii) The leader of the consortium should confirm unconditional acceptance of full responsibility of executing the ‘Scope of work’ of this tender. This confirmation should be submitted along with the techno-commercial bid. iii.) All the members of the consortium must undertake in their MOU that each party shall be jointly and severally liable to ONGC-VL for any and all obligations and responsibilities arising out of this contract

Confirm / Not confirm / Not applicable

1.0(d) i) Bidders should submit Memorandum Of Understanding (MOU) / Agreement with their technical collaborator/joint venture partner (in case of Joint venture) clearly indicating their roles under the scope of work. ii) MOU/ Agreement concluded by the bidder with technical collaborator/ joint venture partner (in case of joint venture), should also be addressed to ONGC-VL, clearly stating that the MOU /Agreement is applicable to this tender and shall be binding on them for the contract period

Submitted / Not submitted / Not applicable

1.0(e) Whether the bid is complete & covering entire scope of job/supply as per the technical specifications?

Yes/No

Page 121: Document51

121

1.1 Whether the bidder has provided the details of experience of the Key personnel as per clause 1.1 of BEC?

Yes/No

1.2 Whether the bidder has provided the past experience for last 05 years in unpriced bid as per clause 1.2 of BEC?

Yes/No

1.3 Whether the bids conform to the technical criteria given in Appendix -`A' & ‘B’ of Annexure-III? Whether the bidder has provided the technical details of Equipment/vessels as per clause 1.3 of BEC?

Yes/No Yes/No

1.4 Has the bidder ensured that with the offered vessels, the CONTRACTOR will be able to complete the data acquisition and processing as per the contract?

Whether the bidder has submitted the MOU/ Hire or Lease Agreement from the owner of the vessels with techno-commercial bid stating that the particular offered vessels (not owned by the bidder) will be available against this particular tender/ work on award of the contract.

Yes/No Yes/No

1.5 Whether the bidder has indicated operational plan for completion of entire scope of work?

Yes/No

1.6 Whether the bidder has submitted statutory certificates as per clause 1.6 of BEC?

Yes/No

1.7 Whether the bidder has submitted an undertaking along with the techno-Commercial bid i.e. unpriced bid that he would obtain permission of regulatory authorities of Colombia for plying the offered vessel (s) in Colombian waters

Yes/No

1.8 Is the bidder aware of Colombia regulations related to HSEQ and statutory permits and work laws?

Yes/No

1.9 Whether the bidder confirms that the entire volume of work including add-on work, if any, shall be completed as below: Data acquisition: Within 6 months from the date of NOA. The above period includes the DIMAR approval and mobilization period. Data processing: Within 2 months from the last shot taken.

Yes/No Yes/No

B.2 Commercial rejection criteria: 1 Whether the bids has been submitted in Two Bid System in a sealed

separate envelopes super scribed as follows:

a) Envelope-1 : Techno-commercial Bid Tender No._______________ Due on_________

b) Envelope-2 : Priced commercial Bid Tender No.______________ The contents of price format used by the bidder in both the envelopes are exactly similar except that in case of Techno-commercial bid, (un-priced bid) the price column of the bid should

Yes/No Complied / Not complied

Page 122: Document51

122

be left blank. 2 Whether the bidder confirms unconditional acceptance of General

Conditions of Contract at Annexure II, Special Conditions of Contract at Annexure III and Instruction to Bidders at Annexure I in-toto?

Yes/No

3. (a) Whether the bidder has noted that Telex/ Telegraphic /Fax/ E Mail/Xerox/ Photo copy of bids and bids with scanned signatures will be rejected.

Yes/No

(b) Whether the bidder has confirmed unconditional validity of the bid for 90 days from the date of opening of bid.

Yes/No

(c) Whether the bidder has confirmed that prices are firm during the entire duration of the contract and are without any qualifications.

Yes/No

(d) Whether the bidder has submitted the prices in ONGC-VL’s price bid format.

Yes/No

(e) Whether the bidder confirmed to the contract period indicated in the bid.

Yes/No

(f) Whether the bidder has confirmed that the quoted mobilization charges are not higher than the limit specified in the BEC?

Yes/No

(g) Whether the bidder has agreed confirming availability of offered vessel at least one day prior to opening of price bids.

Yes/No

(h) Whether the “Integrity Pact” has been duly signed by tender signing authority.

Yes/No

4.0 Bidder shall bear all taxes & duties arising out of the contract not limited to the Personnel Tax as applicable in respect of their personnel and their sub-contractor’s personnel. Bidder shall also bear, within the quoted rates, the Corporate Tax, as applicable, on the income arising out of this contract. Bidder shall also bear, within the quoted rates, the custom duty, as applicable, in case of import of hardware/services arising out of this contract.

Agreed / Not agreed

5.0 Does the bidder satisfies the Financial criteria as per clause 5.0 of the BEC and has submitted the necessary documents?

Yes/No

6.0 All imports and export clearances under the contract shall be done by the CONTRACTOR and ONGC-VL will not provide any assistance in this regard except issuing any letter as may be required under local regulations. However, the CONTRATOR shall provide copy of all import related documents, if required by ONGC-VL

Agreed /Not agreed

7.0 CONTRACTOR will be fully responsible for re-export at its own cost within 4 (four) months from the expiration or termination date of contract under which such materials, equipment and supplies were imported. Contractor will be responsible for all such taxes and duties attributable to such items not exported within such 4 (four) months period

Agreed /Not agreed

8.0 CONTRACTOR shall comply with all the applicable laws in Colombia including but not limited to the Labour Laws, Rules and Regulations from time to time for the personnel deployed for this Contract and keep the ONGC-VL harmless and indemnified against any action brought against it for any violation/non-compliance of any Act, Rules, Regulations etc

Agreed /Not agreed

C. Price Evaluation Criteria 1.0 Whether the bidder has submitted prices as per the price format in

appendix-D and noted the price evaluation criteria indicated in the Yes/No

Page 123: Document51

123

BEC?

2.0 Whether the bidder has certified in their un-priced bid that they have not quoted mobilization charges more than 2 % of the total quoted bid value taken for the purpose of evaluation as per evaluation criteria.

In case the above information is found to be incorrect later on after opening of price bids then their bids will be rejected.

Yes/No Agreed/Not agreed

Bidder’s Signature

Page 124: Document51

124

ANNEXURE-VI

“Integrity Pact”

With a view to bring in transparency and integrity in the bidding process, companies in many countries are entering into ‘Integrity Pact’ between the perspective vendors at the time of bidding process and similar practice is being followed in ONGC and its subsidiaries. The same shall have to be returned by the bidder (along with technical bid), duly signed by the same signatory who signs the bid, i.e. who is duly authorized to sign the bid as per the Instructions to Bidders stipulated in the tender documents. All the pages of the Integrity Pact shall be duly signed by Bidder’s signatories.

Page 125: Document51

125

PROFORMA OF INTEGRITY PACT (To be executed on plain paper)

INTEGRITY PACT

Between

ONGC Videsh Sucursal Colombiana hereinafter referred to as “The Principal”, and

…………………………………………… hereinafter referred to as “The Bidder/ Contractor”

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for ------------------------------. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation “Transparency International” (TI). Following TI’s national and international experience, the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Principal, personally or through family members, will in connection with the tender for , or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. 2. The Principal will, during the tender process treat all Bidders with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution. 3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of GOVERNMENT, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder/ contractor

(1) The Bidder / Contractor commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder / Contractor will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

Page 126: Document51

126

2. The Bidder / Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. 3. The Bidder / Contractor will not commit any offence under the relevant Anti-corruption Laws of Government; further the Bidder / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. 4. The Bidder / Contractor will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 -- Disqualification from tender process and exclusion from future contracts

If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. (1) If the Bidder / Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder / Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years. (2) A transgression is considered to have occurred, if the Principal after due consideration of the available evidence, concludes that no reasonable doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. (4) If the Bidder / Contractor can prove that he has restored / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

Section 4 – Compensation for Damages (1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit / Bid Security. (2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to Security Deposit / Performance Bank Guarantee. (3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the tender

Page 127: Document51

127

process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors

(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and Subcontractors. (3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7–Criminal charges against violating Bidders / Contractors / Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office. Section 8 – External Independent Monitor / Monitors (three in number depending on the size of the contract)

(to be decided by the Chairperson of the Principal)

(1) The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his

functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

(3) The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder / Contractor / Subcontractor with confidentiality.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties

related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform

the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The monitor can in this regard submit non-binding recommendations.

Page 128: Document51

128

Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the bidder / contractor to present its case before making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10

weeks from the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit proposals for correcting problematic situations.

(7) Monitor shall be entitled to compensation on the same terms as being extended to / provided to Outside

Expert Committee members / Chairman as prevailing with Principal.

(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of Government, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

(9) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal.

Section 10 – Other provisions

(1) This agreement is subject to Government Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Bogota. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. --------------------------------- -------------------------------- For the Principal For the Bidder / Contractor Place -------------- Witness 1: ---------------------------. Date -------------- Witness 2: ---------------------------.

Page 129: Document51

129

Tender Document shall be issued to those bidders who qualify the following Pre-Qualification criteria, failing which; the tender document shall not be issued. PRE-QUALIFICATION CRITERIA: Bidder should have minimum experience of carrying out 1000 SK 3D seismic data acquisition & processing with 6 streamers as a Geophysical contractor during last 5 years to the reckoned from the date of issue of Notice Inviting Tender on Website. Bidder should submit copies of LOA/NOA/Certificates in respect of above contracts, along with documentary evidence in respect of satisfactory execution of each of those contracts.