Iraq Oil and Gas Final Tender Protocol_Round1

Embed Size (px)

Citation preview

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    1/67

    Ministry of Oil, Iraq

    Final Tender Protocol.

    Ministry of Oil

    Petroleum Contracts and Licensing Directorate (PCLD)

    Final Tender Protocol

    For the Award of Service Contracts

    IRAQS FIRST PETROLEUM LICENSING ROUND

    Baghdad, IraqApri l 23, 2009

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    2/67

    Ministry of Oil, Iraq

    Final Tender Protocol.

    TABLE OF CONTENTS

    Page No.

    1. INTRODUCTION...............................................................................................................1

    2. OBJECTIVE OF THE OFFERING ....................................................................................2

    3. KEY INFORMATION FOR BIDDERS...............................................................................4

    4. REMAINING PROCESS TIMELINE .................................................................................5

    5. PARTICIPATING COMPANIES........................................................................................6

    6. PARTICIPATION REQUIREMENTS ................................................................................7

    6.1. Participation Fees..................................................................................................7

    6.2. Consortia ...............................................................................................................7

    6.3. Non-Disclosure Undertaking on the part of the PCLD...........................................8

    6.4. Disqualification ......................................................................................................8

    7. BIDDING ...........................................................................................................................9

    7.1. Bidding ..................................................................................................................9

    7.2. Bidding Parameters and Evaluation Criteria........................................................10

    7.3. Minimum Acceptable Bids ...................................................................................11

    7.4. Tiebreaker ...........................................................................................................11

    7.5. Bid Bond..............................................................................................................11

    7.6. Proposed Development Approach.......................................................................13

    8. SIGNATURE OF THE CONTRACTS .............................................................................14

    9. INFORMATION AND VISAS ..........................................................................................159.1. Visas....................................................................................................................15

    9.2. Phone and E-Mail Questions...............................................................................15

    10. PCLDS RIGHTS AND ASSURANCES..........................................................................16

    ANNEXES...................................................................................................................................17

    Annex I Payment of Participation Fees

    Annex II Power of Attorney of Authorized Representative

    Annex III Confidentiality Agreement

    Annex IV Model Bid Bond

    Annex V Annex A to Contract (Desciption of Contract Area)

    Annex VI Annex B to Contract (Map of Contract Area)

    Annex VII Annex D to Contract (Definition of Reservoirs)

    Annex VIII Annex E to Contract (Minimum Work Obligation)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    3/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    1. INTRODUCTION

    In the first quarter of 2008, the Ministry of Oil of the Republic of Iraq conducted aprequalification process for international and national oil companies that were interested inparticipating in the redevelopment and expansion of Iraqs oil and gas production capacity.

    As a result of this process, more than one hundred (100) companies submitted technical

    and financial qualification documentation, and thirty-five (35) were formally prequalified by theMinistry of Oils Petroleum Contracts and Licensing Directorate (PCLD).

    On June 30, 2008, H.E. the Minister of Oil, Dr. Hussain Al-Shahristani, formally launchedIraqs First Licensing Round in which six producing oil Fields the South Oil Companys Northand South Rumaila, West Qurna (Phase 1) and Zubair; Missan Oil Companys Missan Field unit(Buzurgan, Abu Ghirab and Fauqi) and North Oil Companys Kirkuk and Bai Hassan Fields; andtwo undeveloped gas Ffields (Akkas and Mansuriya) were offered under Service Contracts tothe prequalified International Oil Companies (IOCs).

    Thirty-two (32) of the thirty-five (35) prequalified companies have paid Participation Feesfor one or more Contract Areas, which has allowed them to receive data packages and themodel contracts and to participate formally in the discussions with the PCLD in respect of the

    First Licensing Round.

    This Final Tender Protocol defines the rules which must be followed by all companiesparticipating in Iraqs First Petroleum Licensing Round.

    NOTE:unless otherwise defined in this Final Tender Protocol, all defined terms shall have themeaning they have in the Model Contracts.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    4/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    2. OBJECTIVE OF THE OFFERING

    The objective of the current offering is the award of a Technical Service Contracts to aCompany or consortia of companies, including a State-owned partner, collectively theContractor, to carry out development/redevelopment and production activities for eight (8)Contract Areas comprising six (6) oil projects and two (2) natural gas projects.

    Winning companies or consortia must enter into either a Producing Field TechnicalService Contract (PFTSC) or a Gas Field Service Development and Production Contract(GSDPC), together the Contracts, as defined for each Field, in order to carry out suchactivities.

    The principal terms of the Contracts are as follows:

    (a) All oil and gas in-place and produced belongs to the people of the Republic ofIraq.

    (b) An initial duration of up to twenty (20) years from the Contracts effective date.All undeveloped reservoirs must be relinquished at specific milestones in eachcontract.

    (c) The principal objectives are to expand production in both the short and long termin the case of the six (6) oil Contract Areas, and develop the two (2) GasContract Areas.

    (d) The Contractor is entitled to be reimbursed for both its actual costs and a profitelement in the form of Service Fees and Supplementary Fees to be taken in cashor kind.

    (e) All Service Fees are payable from 50% of the Contract Areas revenueattributable to Incremental Production above a contractually-specified BaselineProduction Rate that declines over the life of the Contract. Supplementary Feesare payable from a proportion of remaining revenue from the Contract Area.

    (f) The State will participate as a carried State Partner with a 25% interest in eachContract Area.

    (g) Contractor will be subject to tax in the Republic of Iraq.

    (h) Minimum work and expenditure obligations will apply to each Field.

    (i) Contractors will have obligations with respect to the provision of training,scholarships for higher education and technology transfer, as well asemployment of local personnel and the procurement of local goods and services.

    (j) The Contracts will be construed and governed under the Law.

    (k) The Contracts will be in both the Arabic and English languages; in the event of aconflict, the English language version will prevail.

    (l) Provisions for resolution of disputes between the parties to the Contracts includerecourse to independent expert, as well as to international arbitration(International Chamber of Commerce rules; in Paris or mutually agreed alternatevenue; English language).

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    5/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    (m) Activities in the Fields will be subject to the Law and must comply with thestandard practices of the international petroleum industry, particularly with regardto health and safety of human resources, public safety, and preservation of theenvironment.

    (n) Contractors will be required to undertake specific commitments regarding generalbusiness ethics and practices and anti-corruption measures.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    6/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    3. KEY INFORMATION FOR BIDDERS

    Table 1:Information on Contract Areas

    ContractArea

    2

    CurrentProduction

    Level

    ExpectedInitial

    ProductionRate 2

    MinimumPlateau

    ProductionTarget 3

    MinimumProductionIncrement

    Bid 4

    RequiredTechnical

    Qualification

    for LeadContactor

    RecoverableSignature

    Bonus 5

    MinimumExpenditure

    Obligation

    Barrels per Day, unless indicated otherwise US$ Million

    Rumaila 1,020,000 1,000,000 1,750,000 50,000 Unrestricted Operator 500 300

    Kirkuk 403,000 415,000 600,000 25,000 Unrestricted Operator 400 200

    West Qurna 279,000 270,000 600,000 25,000 Restricted Operator 400 250

    Zubair 227,000 220,000 400,000 25,000 Restricted Operator 300 200

    Bai Hassan 147,000 170,000 220,000 10,000 Restricted Operator 300 150

    Missan 100,000 110,000 275,000 25,000 Restricted Operator 300 200

    Akkas 0 N/A6 400,000 Mscfd 25,000 Gas Operator 200 150

    Mansuriya 0 N/A6 300,000 Mscfd 25,000 Gas Operator 200 100

    Notes:

    1. Annexes A (Description of Contract Area), B (Map of Contract Area), D(Definition of Reservoirs) and E (Minimum Work Obligation) for each Contract

    Areas are attached as Annexes V, VI, VII and VIII to this Final Tender Protocol,respectively.

    2. The expected Initial Production Rate for each Contract Area reflects the currentexpectation of the Ministry of Oil for each area based on the current activities andperformance in the Contract Areas. For the purposes of the PFTSC, the InitialProduction Rate will be fixed and advised to all participants two (2) weeks prior tothe Bidding based on the performance over the preceding ninety (90) days.

    3. Plateau Production Target bids below this level will not be accepted.

    4. The minimum production increment for bidding the Plateau Production Target is25,000 BOPD, except for Rumaila and Bai Hassan which are 50,000 BOPD and10,000 BOPD, respectively.

    5. The Signature Bonus is repaid with interest over five (5) years in quarterlyinstallments commencing two (2) years after the Contracts Effective Date.

    6. Not in production.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    7/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    4. REMAINING PROCESS TIMELINE

    Table 2:Process Timeline

    Event Date

    Issue Final Tender Protocol, Definitive Contracts April 23, 2009

    Deadline for submitting details for Iraq Visa May 15, 2009

    Deadline for payment of Participation Fees June 1, 2009

    Submission of Bid Bonds June 15, 2009

    Advice as to Initial Production Rate and material ThirdParty Contracts1for each Contract Area

    June 15, 2009

    Bidding and award June 29-30, 2009

    Ratification of Contract Award During July 2009

    Return of Bid Bonds to unsuccessful Bidders July 10, 2009

    Submission of proposed development approach bywinning Bidder

    July 15, 2009

    Submission of Performance Guarantees July 15, 2009

    Signature of Contracts/Effective Date During August 2009Deadline for payment of Signature Bonus 30 days after Effective Date

    1It is recognized that the currently producing Fields have active ongoing operations and that the respective ROCs

    may enter into contracts for services with third parties, which may ultimately be assumed by Contractors under thePFTSC pursuant to Article 9.10 of the Contract. The PCLD will advise two (2) weeks prior to the bidding any material(above US$5 million) third party contracts that are in place or contemplated within each Contract Area.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    8/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    5. PARTICIPATING COMPANIES

    In order to participate in the bidding for Iraqs First Petroleum Licensing Round, acompany must have been previously individually qualified by the PCLD and have paid aParticipation Fee for the Contract Area on which it wishes to bid.

    The companies that have been prequalified to participate in this First Petroleum

    Licensing Round and have paid at least one Participation Fee are as follows:Table 3:

    Participating Companies

    Participating Companies

    BHP Billiton Petroleum Pty Ltd.

    BP Exploration Operating Company

    Chevron Corporation

    CNOOC Limited

    CNPC International Ltd.

    ConocoPhillipsEdison SpA

    Eni Medio Oriente SpA

    ExxonMobil Iraq Ltd.

    Hess Corporation

    INPEX Corporation

    Japex (Japan Petroleum Exploration Co., Ltd.)

    JSC Gazprom Neft

    Korea Gas Corporation (Kogas)

    JSC Lukoil

    Maersk Olie og Gas AS

    Marathon International Petroleum Turquesa Limited

    Mitsubishi Corporation

    Nexen Inc.

    Nippon Oil Corporation

    Occidental Petroleum Corporation

    ONGC Videsh Limited

    PT Pertamina (Persero)

    PETRONAS Carigali Sdn Bhd

    Repsol Exploracion SA

    Shell

    Sinochem Corporation

    Sinopec International Petroleum Exploration and Production Corporation

    StatoilHydro ASA

    Total SA

    Turkish Petroleum Corporation (TPAO) Trkiye Petrolleri Anonim Ortakligi

    Woodside Petroleum Ltd.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    9/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    6. PARTICIPATION REQUIREMENTS

    6.1. Partic ipation Fees

    In order to bid on a Contract Area in Iraqs First Petroleum Licensing Round, eachcompany must have paid a Participation Fee for the relevant Contract Area. The feesvary according to the Field. Companies may only submit bids for Fields for which they

    have paid Participation Fees. Each company in a consortium must pay the ParticipationFee for any Contract Area on which it intends to place a bid.

    Table 4:Participation Fees

    Contract Area US$

    Rumaila 500,000

    Kirkuk 500,000

    West Qurna (1stPhase) 500,000

    Zubair 500,000

    Bai Hassan 500,000

    Missan 350,000

    Akkas 250,000

    Mansuriya 250,000

    All Contract Areas 2,500,000

    1. Participation Fees must be paid in United States Dollars.

    2. Companies that have paid Participation Fees for individual Contract Areas, andthen decide to pay additional Participation Fees for other Contract Areas will, inno event, be charged more than the cost of paying Participation Fees for allContract Areas.

    3. Companies wishing to bid are required to pay the appropriate Participation Feewhether bidding alone or in a consortium. Instructions for the payment of theParticipation Fee are attached as Annex I.

    4. The deadline for the payment of Participation Fees is June 1, 2009.

    6.2. Consortia

    While companies that are classified as (Co)-Operators (Lead Contractor orContractors Operator in the Contract) may bid singly for those Contract Areas forwhich they have been qualified, the Ministry of Oil encourages the development ofconsortia between the prequalified companies.

    In order to participate in Iraqs First Petroleum Licensing Round, all companies musthave been prequalified individually. Prequalified companies will be free to form biddingconsortia up to the deadline for submission of bids for each Contract Area described inthis Final Tender Protocol. The only restrictions that will apply are:

    (a) Each consortium must contain a company qualified as a (Co)-Operator for theContract Area in question;

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    10/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    (b) The (Co)-Operator must have a minimum 30% interest in the consortium (prior tothe participation of the State Partner);

    (c) The minimum interest that may be held by a member of a consortium is 5% (priorto the participation of the State Partner);

    (d) While companies may bid on any Contract Area for which it had paid a

    Participation Fee and it (or a member of its consortium) has been qualified,awards are limited to a single Contract Area as Lead Contractor or ContractorsOperator and participation in a maximum of three Contract Areas;.

    (e) No company will be permitted to make more than one offer for the same ContractArea, whether individually or in consortia. A company may, however, participatein different consortia in order to make offers for different Contract Areas; and

    (f) In the event a company wishes to withdraw from a consortium followingsubmission of a successful bid but before signing the contract, the remainingconsortium member(s) must assume the obligation of the withdrawing company.In no circumstances will new companies be permitted into the consortium duringthis period.

    6.3. Non-Disclosure Undertaking on the part of the PCLD

    Documents submitted by the companies will be considered permanently to be of aconfidential nature and will not be disclosed except where authorized in writing by therelevant Authorized Representative, or where required by law. Notwithstanding, all bidssubmitted by companies, as well as the constitution of any bidding consortia, will bepublicly disclosed at the time of the bidding.

    6.4. Disqualification

    The prequalification of prospective Bidders may be cancelled in the followingcircumstances:

    (a) Declaration of bankruptcy, dissolution, or sale of the company;

    (b) At the request of the company;

    (c) Proven misrepresentation by the company;

    (d) Failure to comply with the conditions of this bidding process; or

    (e) Any illegal act proved in a court of law.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    11/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    7. BIDDING

    Bidding for the Contract Areas will take place over two days on Monday, June 29, andTuesday, June 30, 2009 in Baghdad, Republic of Iraq, commencing at 9:00am Baghdad time.The venue will be advised in due course. The bidding process will be presided over by a seniorofficial of the Ministry of Oil (Chairman of the Bid Committee or Chairman).

    Bids will be offered by means of a sealed bid, one Contract Area at a time, with bidsopened publicly and results announced before the next Contract Area is offered.

    The order of the bids and indicative timing (all Baghdad time) will be:

    Monday, June 29:

    Introduc tion/Overview of Bidding Process 8:30am

    Rumaila 9:00am

    Mansuriya 11:00am

    Bai Hassan 2:00pm

    Zubair 4:00pm

    Tuesday, June 30:

    Missan 9:00am

    Kirkuk 11:00am

    Akkas 2:00pm

    West Qurna (1st Phase) 4:00pm

    7.1. Bidding

    Each Lead Contractor or Contractors Operator that has paid a Participation Fee on aContract Area will be provided with a unique official Bid Envelope and Bid Form for thatarea. Bids will only be accepted in the official envelope and on the official form for thatLead Contractor or Contractors Operator.

    Contract Areas will be offered sequentially, according to the sequence, and in line withthe schedule provided in this Final Tender Protocol. Companies/consortia have until thenotified deadline to submit a bid, in a sealed Bid Envelope, for the relevant Contract

    Area. Consortia do not need to disclose in advance of submitting the Bid Envelope thecomposition of their consortium for a bid.

    The front of the Bid Envelope will contain details of the company or companies (includingthe Lead Contractor / Contractors Operator) making the bid, the percentage interests of

    each, information concerning the Bid Bond, the authority of a duly AuthorizedRepresentative of each company (alone or in a consortium) presenting the bid, andacceptance of all bidding conditions.

    Upon receipt, the Bid Envelope will be examined to confirm that all companies identifiedon the front are eligible to bid and that it has been completed in conformance withrequirements. The PCLD may ask, at its sole discretion, for any required corrections.The names of the bidding company or companies will be announced, and therepresentative of each will then be invited to place the sealed Bid Envelope in the bidbox.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    12/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    Lead Contractors / Contractors Operators who accidentally spoil a Bid Form or BidEnvelope may request a replacement from the PCLD. Replacement Bid Forms or BidEnvelopes will be issued only in exchange for the spoiled Bid Form or Bid Envelope.Spoiled Bid Forms or Bid Envelopes should not be disposed of by the Lead Contractor/Contractors Operator, as an exchange will otherwise not be possible.

    When all bids have been accepted and placed in the bid box, the envelopes will be

    removed from the bid box, one at a time. After each is removed, it will be opened by theChairman of the Bid Committee and the bid examined. Subject to it conforming withinstructions on the Bid Form, the bidding consortium and content of the bid will beannounced.

    This process will be repeated until all Bid Envelopes have been opened.

    Once the last bid has been announced, the points allocated to each company accordingto the formula in Section 7.2 will be made public and the company or consortium with thehighest points will be indicated and, subject to the Remuneration Fee in the highestscoring bid being equal to or below a pre-defined maximum, the winner will beannounced.

    The Chairman of the Bid Committee will then confirm the timing of bids for the nextContract Area to be offered.

    7.2. Bidding Parameters and Evaluation Criteria

    For the Fields offered under a PFTSC, bids will comprise two parameters:

    (a) The Remuneration Fee Bid, expressed in US$, to the nearest ten (10) cents, perBarrel of Crude Oil of Incremental Production delivered to the Transfer Point,(US$x.x0/bbl).

    (b) The Plateau Production Target, expressed in Barrel of Crude Oil per day to bedelivered, at or to the nearest increment above the minimum, as specified in

    Section 3.

    For the Fields offered under a GSDPC, bids will also comprise two parameters:

    (c) The Remuneration Fee Bid, expressed in US$, to the nearest ten (10) cents, perBarrel of Crude Oil Equivalent (US$x.x0/Boe) of Natural Gas delivered to theTransfer Point.

    (d) The Plateau Production Target, at or to the nearest twenty-five (25) millionstandard cubic feet of Natural Gas per day above the minimum specified inSection 3 to be delivered to the Transfer Point.

    For the evaluation of bids, each of the bids will be scored by multiplying the Plateau

    Production Target (PPT) bid less the Initial Production Rate (IPR) by an amount equalto one hundred (100) less the Remuneration Fee Bid (RFB).

    Bid Score = (PPT- IPR) * (100-RFB)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    13/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    7.3. Minimum Acceptable Bids

    The Ministry of Oil will accept the high scoring bidder for each Contract Area providedthat the RFB of the high scorer does not exceed a Maximum Remuneration Fee (MRF)pre-defined by the Ministry of Oil.

    After all bids for a Contract Area have been opened and scored, the Chairman of the

    Bidding Committee will check that the RFB(s) of the highest-scoring bidder(s) is/areequal to or below the MRF. If:

    (a) there is a single high scorer whose RFB is less than or equal to the MRF, thatbidder will be declared the winner.

    (b) there is a single high scorer whos RFB exceeds the MRF, the Chairman willmake the MRF public and the high scorer will be invited to accept the MRF withinthe timeframe set out in the tie-breaker procedure. If accepted, the high scorerwill be confirmed as the winner for the Contract Area in question. Where suchoption is declined, the same option will be afforded to the second place scorer. Ifaccepted, the second place scorer will be confirmed as the winner. If declined,the bidding process for the Contract Area will be terminated.

    (c) there is a tie between two or more bidders, all tied bidders proceed to the tie-breaker.

    7.4. Tiebreaker

    In the event of a tied bid score:

    (a) The tied Bidders will be given additional Bid Forms to submit a revised bid by adeadline to be indicated by the Chairman of the Bidding Committee, as describedbelow.

    (i) Plateau Production Target bids may not be reduced in the tiebreaker bid;

    and

    (ii) Remuneration Fees may not be increased in the tiebreaker bid. If one ormore of the tied Bidders has exceeded the MRF, the MRF will bedisclosed to all tied Bidders in advance of the tiebreaker. No bid inexcess of the MRF will be accepted.

    (b) In the event of a tie in the tiebreaker bid, and the tie is between a consortium anda single company bidder, the consortium bidder will be declared the winner; if thetie is between consortia or between single companies, the award will be settledby random lot.

    In the event of either a tiebreaker bid or an option to accept a MRF, as decribed in

    7.3(b), the Chairman of the Bidding Committee will set a deadline no less than sixty (60)minutes after the conclusion of the last bidding process on the day in question. If thereare more than one tied bid or options per 7.3(b), the Chairman will indicate the order andsubsequent process(es) will follow immediately after the conclusion of the first.

    7.5. Bid Bond

    In order to guarantee the winning Bidders obligation to sign the Contract for the relevantField(s), each company or consortium should present a Bid Bond in favor of the Ministryof Oil for each Contract Area on which the company or consortium presents a bid. Each

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    14/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    Bid Bond will be in the amount of five million United States Dollars (US$5,000,000). Theform of Bid Bond is included as Annex IV to this Final Tender Protocol and must bedelivered to the Ministrys advisors, Gaffney, Cline & Associates (GCA), prior to thedeadline indicated in Section 4 of this Final Tender Protcol, at the following address:

    Gaffney, Cline & Associates, Inc.1360, Post Oak Blvd, Suite 2500

    Houston, Tx, 77056U.S.A.

    Attention: Bill Cline / Bob George

    Email: [email protected]

    Telephone: + 1-713-850-9955

    The Bid Envelope will indicate which companys Bid Bond will be used by the consortiumto guarantee the signing of the Contract.

    Any Bid Bond used to guarantee a winning bid for any Contract Area will not be able tobe used to guarantee bids on subsequent Contract Areas.

    Companies or consortia that have the intention of presenting bids for more than oneContract Area should ensure that they have a sufficient number of Bid Bonds, so thatthey will not be limited in their capacity to present bids.

    Bid Bonds will take the form of Letters of Credit issued by banks or financial institution,which are rated A or better in the publications of Standard & Poors Rating Group orthe equivalent ratings of Fitch Ratings or of Moodys Investors Service.

    The Bid Bonds of the participants that were not winners in the relevant Contract Area willbe returned in the week following the bidding, along with all other documentation

    necessary for their cancellation. All other documentation sent to the PCLD or GCA willnot be returned.

    The PCLD may draw on the Bid Bond in the following circumstances:

    (a) The winning company or consortium does not sign the Contract by the datedefined in Section 4 and in accordance with the procedures described in Section8 of this Final Tender Protocol;

    (b) The performance guarantee is not provided to the ROC by the date described inSection 4 of this Final Tender Protocol;

    (c) The Signature Bonus is not paid before the date described in Section 4 of this

    Final Tender Protocol; or(d) In the case of an affiliate signing the Contract, if a company does not present a

    guarantee for the performance of that affiliate in accordance with the model andconditions in Annex F of the Contract.

    If none of the foregoing events occur, the Bid Bond will be returned to the company thatpresented it, along with the documentation necessary for its cancellation.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    15/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    7.6. Proposed Development Approach

    Within two (2) weeks following the bidding, the winning company or consortium mustsubmit an overview of the proposed development/re-development approach supportingthe winning bid. This document is expected to outline a description of the main drilling,seismic and facilities engineering activities along with a breakdown of the expectedproduction, operating and capital cost profiles throughout the term of the contract.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    16/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    8. SIGNATURE OF THE CONTRACTS

    The winning company or consortia for each Contract Area that is awarded will execute aContract with an Iraqi State oil company within approximately one month of the bidding,following the ratification of the Contract by the Council of Ministers. If the Contract is not ratifiedprior to December 31, 2009, the winning company or consortia may withdraw its bid and recoverits Bid Bond.

    Winning companies may sign the Contract using a wholly-owned and controlled affiliateof the qualified company. Obligations under the Contract need to be guaranteed by an affiliateof the signatory that has net production of at least 250,000 Barrels of Crude Oil Equivalent perday or the ultimate parent company.

    On or before the signing of the Contracts, the winning bidders should provide thefollowing documents:

    (a) In the event the qualified company opts to sign the Contract through one of itsAffiliates, it should provide constituent articles and amendments of the companythat will sign the Contract duly filed in the appropriate places, authenticated by alegal representative of the signing company;

    (b) A legal opinion accepted by the PCLD containing the information concerning therelationship between the qualified company and the company that will sign theContract;

    (c) The performance guarantee duly notarized by a Notary Public or equivalent; and

    (d) Duly authenticated documents proving the qualification of the legalrepresentative who will sign the Contract on behalf of the company.

    The winning bidders must submit documentation by the deadline indictated in Section 4of this Final Tender Protocol. In the event these documents are not delivered such that theContract can not be signed in a timely manner with the winning companies, the Bid Bond will be

    drawn as described in Section 7.5 of this Final Tender Protocol.

    In case the winner is a consortium and one of its companies does not present thenecessary documentation, the other companies within the consortium must assume theresponsibilities of the non-conforming company. In this situation, under no circumstance will anew company be allowed to enter into the winning consortium before the signing of theContract.

    If a winning bidder, for whatever reason, does not execute the ratified Contract by thedate given for its signature, the runner-up bidder will be summoned and given the opportunity tosign the Contract for the Contract Area provided it meets the values offered by the winningbidder, and it also re-submits a Bid Bond.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    17/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    9. INFORMATION AND VISAS

    9.1. Visas

    Companies who require assistance from the PCLD for visas for the Republic of Iraqshould send an email containing the name of the person concerned, a PDF copy of thephoto page of the passport (ensuring this also has passport number), and nominating

    the city containing the Consulate or Embassy from which the visa is to be collected.In order to allow for time to process these visa applications, companies should sendthese requests no later thanMay 15, 2009 to [email protected]. Requests after thisdate will not be accepted, and companies will have to utilize their own resources if theywish to apply for a visa. As such it is suggested that applications are made for visas forany potential attendee at the bidding.

    9.2. Phone and E-Mail Questions

    The PCLD is available to provide clarification or additional information regarding theprocess, the contract terms, or the Fields to be bid. Questions may be communicated to

    the PCLD by telephone or by e-mail at the locations listed below. Questions of generalinterest and their respective responses will be published (without disclosing the identityof the questioning company) on Iraqs First Petroleum Licensing Round web-site(www.PCLD-Iraq.com).

    (a) In Writing:

    Iraqs First Petroleum Licensing RoundPetroleum Contracts and Licensing DirectorateMinistry of OilPort Said StreetBaghdad, Iraq

    Attention: Abdul Mahdy Al-Ameedi, Deputy Director General(b) By Phone: + 9647902456067

    (c) By E-mail: [email protected]

    No technical questions will be answered other than to companies that have paid theParticipation Fee(s) for the Contract Area(s) in question.

    Questions or clarifications concerning the Contracts or other legal matters should besubmitted in writing.

    All information requests will be handled on a first-come, first-served basis by the PCLD.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    18/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    10. PCLDS RIGHTS AND ASSURANCES

    The PCLD oversees all phases of the licensing process on behalf of the Ministry of Oil.The PCLD may revoke, in full or in part, at any time, the current offering. The PCLD can takesuch steps that it considers necessary to clarify or complement the offering process.

    The PCLD reserves the right to unilaterally revise the timetable and related procedures

    of Iraqs First Petroleum Licensing Round, as well as to disqualify any previously qualifiedcompany although, in this circumstance, the relevant Participation Fee would be refundedunless the decision to disqualify is due to misrepresentation, misconduct, or submission of anon-conforming bid or document.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    19/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEXES

    Annex I Payment of Participation Fees

    Annex II Power of Attorney of Authorized Representative

    Annex III Confidentiality Agreement

    Annex IV Model Bid Bond

    Exhibit 1: Form of DraftExhibit 2: Form of Drawing CertificateExhibit 3: Form of Expiration Certificate

    Annex V Annex A to Contract (Desciption of Contract Area)

    Annex VI Annex B to Contract (Map of Contract Area)

    Annex VII Annex D to Contract (Definition of Reservoirs)

    Annex VIII Annex E to Contract (Minimum Work Obligation)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    20/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX I

    PAYMENT OF PARTICIPATION FEES

    To: Petroleum Contracts and Licensing Directorate Fax:

    From: (Company)

    .............. ................ ............... ................ .... (Authorized Representative)

    Date: ....................................................................

    We wish to submit a Participation Fee in respect of the following fields. In this regard, we have instructed that the sum ofUS$................................. be transferred to your bank

    1.

    We have placed an X against those fields for which we have paid the Participation Fee (please leave others blank):

    Rumaila US$500,000

    Kirkuk US$500,000

    West Qurna US$500,000

    Zubair US$500,000

    Bai Hassan US$500,000

    Missan US$350,000

    Akkas US$250,000

    Mansuriya US$250,000

    ALL FIELDS US$2,500,000

    We understand that payment of the Participation Fee entitles us to receive an information package in respect of each fieldfor which we have paid and to make a bid for the relevant fields. It does not obligate us to bid on any field, but we may only submit abid on a field that is covered by a Participation Fee that we have paid. We understand we may add to the fields on which we mayparticipate by tendering the appropriate Participation Fee at any time prior to the cut-off date. Finally, we understand that the rulesgoverning the conduct of this round and bidding are as laid out in the Final Tender Protocol, which we have received, and which willbe superceded in due course by the Final Tender Protocol.

    We further acknowledge the necessary (Co)-Operator classification requirements for Iraqs First Petroleum LicensingRound. To the extent that we have not yet received confirmation of our classification from the PCLD, we understand that the PCLDwill not entertain any claim for a refund of Participation Fees should we subsequently fail to obtain our desired classification status.

    We understand the Information Packages may be retrieved by properly credentialed representatives at locations specifiedby the PCLD.

    Signed: ................ ................ ................ ................ ................ ................ ..(Authorized Representative)

    Notes:

    1. The Participation Fee should be wired to:

    Federal Reserve Bank of New York Account Name: Development Fund for Iraq33 Liberty St. Routing Number/Account Number: 021086773New York, New York 10045, U.S.A. SWIFT Code: FRNYUS33

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    21/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    In order to facilitate tracking of your payment, you are requested to email us a copy of the funds transfer instructions. In particular, weneed the tracking number generated by the remitting bank.

    ANNEX II

    POWER OF ATTORNEYFOR NOMINATION OF THE AUTHORIZED REPRESENTATIVE

    By the present mandate instrument, [insert name of Company], constituted and

    existing in accordance with the laws of [insert Companys country of origin] , with

    headquarters in [insert address of Company headquarters], through its legal

    representative, [insert name(s) of legal representative(s) of Company], in this act

    nominates [insert name of and full title of Authorized Representative], as its adequate

    Attorney empowered to represent us before the PCLD in respect of Iraqs First Petroleum

    Licensing Round, and with specific power for the practice of the acts and assume responsibility

    relative to negotiate and to propose that which is being presented, able to, in this regard,

    receive, submit and sign documents, pay fees/taxes, propose, resort to/obtain, agree, and also

    able to practice other acts necessary for the faithful compliance of this mandate.

    IN WITNESS WHEREOF, this certificate has been executed on and as of., 2009.

    By: .............................................................. (Authorized Signatory)

    Name: ..............................................................

    Title: ..............................................................

    The undersigned, of the Company, hereby certifies that the person whose signature

    appears immediately above is the duly elected ............................. of the Company and that the

    signature set forth above is that of such person.

    By: .............................................................. (Authorized Signatory)

    Name: ..............................................................

    Title: ..............................................................

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    22/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX III

    CONFIDENTIALITY AGREEMENT

    The undersigned hereby acknowledges its interest in Iraqs First Petroleum Licensing Round and theprocedures for bidding for rights to enter into a service contract with the PCLD to develop and produce hydrocarbon

    reserves in certain specific fields located in Iraq. Capitalized terms used herein and not defined have the meaningsset forth in the Final Tender Protocol, which lays out the procedures that will apply in Iraqs First Petroleum LicensingRound.

    In connection with Iraqs First Petroleum Licensing Round, the undersigned may receive additional materials,data and information, including without limitation the information package, the Final Tender Protocol and the form ofservice contract. All such materials, data and information provided to the undersigned or any party acting on behalf ofthe undersigned by the PCLD, or any party acting on their behalf, including any copies of such materials, data andinformation and any studies, reports, analyses or other materials based on such materials, data and information, inconnection with Iraqs First Petroleum Licensing Round are referred to as "Confidential Information".

    The undersigned agrees to treat all Confidential Information as confidential, and shall not disclose anyConfidential Information to a third party unless the PCLD has given its prior written consent to such disclosure.

    Notwithstanding the foregoing, the undersigned may disclose Confidential Information to any of its officers,

    directors, employees, affiliate companies and their employees, agents and advisors who (i) has a need to know thesame in connection with carrying out work relating to Iraqs First Petroleum Licensing Round, and (ii) has beenadvised of, and agrees to comply with, the restrictions upon such Confidential Information set forth in this Agreementas if it were the undersigned. In addition, the undersigned may disclose Confidential Information to a third partywithout the PCLD's prior written consent to the extent such information:

    a. is already known to the undersigned as of the date of disclosure;

    b. is already in possession of the public or becomes available to the public other than through an actor omission of the undersigned;

    c. is developed independently by the undersigned without the use of any Confidential Information; or

    d. is acquired independently from a third party, which is under no legal obligation known to theundersigned prohibiting such disclosure.

    In the event that the undersigned is required by applicable law, decree, regulation, rule or order of anycompetent authority to disclose any Confidential Information, the undersigned shall promptly notify the PCLD inwriting so that the PCLD may seek an appropriate protective order and/or waive the undersigned's compliance withthe confidentiality requirement. In the event that such protective order or other remedy is not obtained, then theundersigned shall furnish only that portion of such Confidential Information that is legally required to be disclosed.

    Upon the instruction of the PCLD, the undersigned shall destroy or return all Confidential Informationfollowing the conclusion of its participation in Iraqs First Petroleum Licensing Round.

    This Confidentiality Agreement shall be governed by, and construed in accordance with, the laws of theRepublic of Iraq.

    Executed on the ................... day of the month of ........................................, 2009.

    By: ........... .......... ........... ........... .......... ......... (Authorized Signatory)

    Name: ..............................................................

    Title: ..............................................................

    Company: ..............................................................

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    23/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX IV

    MODEL BID BOND

    IRREVOCABLE STAND-BY LETTER OF CREDIT

    Issued by [Name of Bank]

    Date: _____________No.: _____________Face Amount : [US$5,000,000]

    Petroleum Contracts and Licensing Directorate (PCLD)Ministry of OilPort Said StreetBaghdad, Iraq

    Dear Sirs:

    1. [Name of Bank], a _____________ organized under the laws of __________ (theIssuer), hereby establishes in favor of the [Development Fund for Iraq], [an agency of]the Government of the Republic of Iraq its irrevocable stand-by Letter of Credit No.

    ___________ (this Letter of Credit), whereby the Issuer authorizes the PCLD to drawhereunder, in a single drawing, the sum of US$5,000,000 (the Face Amount) bypresentation of a Draft and a Drawing Certificate (each as defined below) at the Issuersoffice specified in Clause 3 of this Letter of Credit.

    2. The Face Amount of this Letter of Credit may be drawn by the PCLD in the mannerspecified in Clause 3 of this Letter of Credit between 9:00 a.m. and 5:00 p.m., New York

    City time, on any Banking Day, on or after June 30, 2009 and prior to the expiration ofthis Letter of Credit. A Banking Day is any day other than a Saturday, a Sunday or aday on which commercial banks in New York City are authorized or required by law,regulation or executive order to close.

    3. A drawing may be made hereunder only by the presentation by the PCLD to the Issuerof a sight draft of the PCLD drawn on the Issuer in the form attached hereto as Exhibit 1(a Draft) and a certificate executed by the PCLD in the form attached hereto as Exhibit2 (a Drawing Certificate). Presentation of a Draft and Drawing Certificate must bemade at the Issuers office in New York City located at ____________, or at such otheraddress in New York City as the Issuer may designate to the PCLD by notice given inaccordance with Clause 8 of this Letter of Credit.

    4. Upon the presentation by the PCLD to the Issuer of the Draft and Drawing Certificate atthe office of the Issuer designated pursuant to Clause 3 of this Letter of Credit, theIssuer shall pay the Face Amount by wire transfer of immediately available funds to theDevelopment Fund for Iraq as designated in the Drawing Certificate. If presentation isduly made at or prior to 11:00 a.m., New York City time, on any Banking Day, paymentshall be made by the Issuer at or prior to 5:00 p.m., New York City time, on the sameBanking Day. If presentation is duly made after 11:00 a.m., New York City time, on anyBanking Day, payment shall be made by the Issuer at or prior to 1:00 p.m., New YorkCity time, on the immediately following Banking Day.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    24/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    5. This Letter of Credit shall expire upon the earliest of (i) the date on which a certificateexecuted by the PCLD, in the form attached hereto as Exhibit 3 (an ExpirationCertificate), is presented to the Issuer, (ii) the indefeasible payment by the Issuer to thePCLD in the manner set forth in Clause 4 of this Letter of Credit of the Face Amountupon a drawing properly made hereunder, and (iii) 5:00 p.m., New York City time, onDecember 31, 2009. Notwithstanding the foregoing, any drawing properly madehereunder prior to the expiration of this Letter of Credit shall be honored by the Issuer.

    Notwithstanding anything contained in Article 17 of the Uniform Customs (defined below)or herein, in the event that the Issuers office designated in Clause 3 of this Letter ofCredit is closed on the date set forth in (iii) of this Clause 5, the expiration date of thisLetter of Credit shall be extended to the next Banking Day on which such office is open.

    6. This Letter of Credit may only be drawn by, and other rights hereunder may only beexercised by, the PCLD.

    7. This Letter of Credit is subject to the Uniform Customs and Practice for DocumentaryCredits (1993 Revision), International Chamber of Commerce Publication No. 500 (theUniform Customs). As to matters not covered by the Uniform Customs, this Letter ofCredit shall be governed by, and construed in accordance with, the laws of the State of

    New York, including without limitation Article 5 of the Uniform Commercial Code as ineffect in the State of New York.

    8. All notices, demands, instructions, waivers or other communications to be providedpursuant to this Letter of Credit shall be in writing in English, shall be effective uponreceipt, and shall be sent by personal delivery, courier, first class mail or email, to thefollowing addresses:

    (i) If to the Issuer, to:

    (ii) If to the PCLD, to:

    Petroleum Contracts and Licensing DirectorateMinistry of OilPort Said StreetBaghdad, Iraq

    Attention: Abdul Mahdy Al-Ameedi, Deputy Director General

    E-mail: [email protected]

    The addresses and email addresses for notices given pursuant to this Letter of Creditmay be changed by the Issuer or the PCLD by means of a written notice given to theother at least fifteen (15) Banking Days prior to the effective date of such change.

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    25/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    9. This Letter of Credit sets forth in full the Issuers undertaking, and such undertaking shallnot in any way be modified or amended by reference to any document, instrument oragreement referred to herein, except the Draft, the Drawing Certificate and anyExpiration Certificate.

    Very truly yours,

    [NAME OF BANK]

    By: ______________________________

    Name: ______________________________

    Title: ______________________________

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    26/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    EXHIBIT 1

    FORM OF DRAFT

    Letter of Credit No. _________

    [New York, New York][Date of Draft]

    At sight

    Pay to the order of the Petroleum Contracts and Licensing Directorate, Ministry of Oil, Iraq the

    sum of US$5,000,000 (Five Million U.S. Dollars), for value received. Drawn under [Name of

    Issuer] Letter of Credit No. ____________.

    PETROLEUM CONTRACTS AND LICENSING

    DIRECTORATE, MINISTRY OF OIL, IRAQ

    By: ______________________________

    Name: ______________________________

    Title: ______________________________

    To: [Name of Issuer] ________________________________

    [Address of Issuer] ________________________________

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    27/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    EXHIBIT 2

    FORM OF DRAWING CERTIFICATE

    Reference is made to the Letter of Credit (the Letter of Credit), No. __________, dated____________, issued by ____________ in favor of the Petroleum Contracts and Licensing

    Directorate, Ministry of Oil, Iraq. Capitalized terms used herein and not defined have therespective meanings set forth in the Letter of Credit or the Final Tender Protocol dated [April,2009].

    The undersigned, being duly authorized to execute this certificate on behalf of the PCLD,hereby certifies that pursuant to a bidding round held in June, 2009 _________________[insertname of single Bidder or members of bidding consortium, as applicable] (each a SelectedCompany and collectively, the Selected Consortium) were selected to enter into a Contractwith [name of Regional Operating Company], and that either:

    1. Any Selected Company/Consortium (or any duly designated Jointly Heldcompany or Affiliate of such Selected Company/Consortium) did not sign the

    Contract (and provide the related guarantees) by [_________ __,] 2009; or

    2. Any required Letter of Credit for the [Minimum Work Obligation] was notdelivered to the PCLD simultaneously with or prior to execution of the Contract;or

    3. The Signature Bonus was not paid in full concurrently with execution of theContract, as provided therein.

    Payment of the Face Amount of the Letter of Credit is to be made by the Issuer to thefollowing account: (to be communicated by the PCLD in due course)

    This certificate has been duly executed by the undersigned as of the ___________ dayof ___________, 2009.

    PETROLEUM CONTRACTS AND LICENSINGDIRECTORATE, MINISTRY OF OIL, IRAQ

    By: ______________________________

    Name: ______________________________

    Title: ______________________________

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    28/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    EXHIBIT 3

    FORM OF EXPIRATION CERTIFICATE

    Reference is made to the Letter of Credit (the Letter of Credit) No.__________, dated____________, issued by ____________ in favor of the Petroleum Contracts and Licensing

    Directorate (PCLD). Capitalized terms used herein and not defined have the respectivemeanings set forth in the Letter of Credit.

    The undersigned, being duly authorized to execute this certificate on behalf of the PCLD,hereby certifies that conditions permitting the expiration of the Letter of Credit have occurred,and that accordingly the Letter of Credit shall expire as of the date of this Certificate.

    This certificate has been duly executed by the undersigned as of the ___________ dayof ___________, 2009.

    PETROLEUM CONTRACTS AND LICENSINGDIRECTORATE, MINISTRY OF OIL, IRAQ

    By: ______________________________

    Name: ______________________________

    Title: ______________________________

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    29/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX V

    ANNEX A TO CONTRACT

    DESCRIPTION OF CONTRACT AREAS

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    30/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA RUMAILA

    This Annex A is attached to and made part of theTechnical Service Contract for the Rumaila Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    CORNERPOINT NORTHING EASTING

    A 3,407,000 733,107

    B 3,369,290 730,070

    C 3,333,000 744,840

    D 3,332,982 744,031

    E 3,332,962 743,134

    F 3,332,947 742,449

    G 3,332,923 741,331

    H 3,332,895 740,068

    I 3,332,884 739,543

    J 3,332,871 738,942

    K 3,332,847 737,867

    L 3,332,819 736,555

    M 3,332,812 736,239

    N 3,332,790 735,181

    O 3,332,771 734,323

    P 3,332,756 733,612

    Q 3,332,729 732,317

    R 3,332,699 730,895

    S 3,332,691 730,504

    T 3,332,670 729,538U 3,332,649 728,502

    V 3,332,400 728,185

    W 3,331,904 727,551

    X 3,331,606 726,657

    Y 3,331,751 726,600

    Z 3,331,764 726,593

    AA 3,347,378 717,116

    BB 3,347,643 717,067

    CC 3,361,650 714,500

    DD 3,407,000 714,500

    EE 3,407,000 733,107

    FF 3,400,000 732,535

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    31/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA KIRKUK

    This Annex A is attached to and made part of theTechnical Service Contract for the Kirkuk Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    CORNER POINT NORTHING EASTING

    A 3,988,000 378,000

    B 3,986,000 378,000

    C 3,984,000 378,000

    D 3,982,000 379,000

    E 3,980,000 381,000

    F 3,978,000 383,000

    G 3,976,000 385,000

    H 3,973,000 388,000

    I 3,972,000 390,000

    J 3,970,000 393,000

    K 3,968,000 396,000

    L 3,966,000 398,000

    M 3,964,000 400,000

    N 3,962,000 403,000

    O 3,960,000 406,000

    P 3,958,000 407,000

    Q 3,956,000 408,000

    R 3,954,000 410,000

    S 3,952,000 411,000

    T 3,950,000 413,000

    U 3,948,000 416,000

    V 3,947,000 417,000W 3,946,000 418,000

    X 3,944,000 420,000

    Y 3,943,000 421,000

    Z 3,942,000 422,000

    AA 3,940,000 424,000

    BB 3,938,000 426,000

    CC 3,936,000 428,000

    DD 3,934,000 434,000

    EE 3,932,000 436,000

    FF 3,930,000 438,000

    GG 3,928,000 440,000

    HH 3,926,000 442,000

    II 3,924,000 444,000

    JJ 3,922,000 446,000

    KK 3,920,000 448,000

    LL 3,918,000 450,000

    MM 3,916,000 452,000

    NN 3,920,000 456,000

    OO 3,922,000 454,000

    PP 3,924,000 452,000

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    32/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    CORNER POINT NORTHING EASTING

    QQ 3,926,000 450,000

    RR 3,928,000 448,000

    SS 3,930,000 446,000

    TT 3,932,000 444,000

    UU 3,934,000 442,000

    VV 3,936,000 440,000

    WW 3,938,000 438,000

    XX 3,940,000 432,000

    YY 3,942,000 430,000

    ZZ 3,944,000 428,000

    AAA 3,946,000 426,000

    BBB 3,947,000 425,000

    CCC 3,948,000 424,000

    DDD 3,949,000 423,000

    EEE 3,951,000 422,000

    FFF 3,950,000 422,000

    GGG 3,952,000 421,000

    HHH 3,953,000 420,000

    III 3,954,000 419,000

    JJJ 3,955,000 418,000

    KKK 3,956,000 417,000

    LLL 3,957,000 416,000

    MMM 3,958,000 415,000

    NNN 3,959,000 414,000

    OOO 3,960,000 413,000

    PPP 3,961,000 412,000

    QQQ 3,962,000 411,000

    RRR 3,964,000 408,000

    SSS 3,966,000 405,000TTT 3,970,000 399,000

    UUU 3,972,000 397,000

    VVV 3,973,000 395,000

    WWW 3,975,000 393,000

    XXX 3,978,000 391,000

    YYY 3,980,000 389,000

    ZZZ 3,982,000 387,000

    AAAA 3,984,000 386,000

    BBBB 3,986,000 384,000

    CCCC 3,988,000 383,000

    DDDD 3,990,000 381,000

    EEEE 3,988,000 378,000

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    33/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA WEST QURNA (1st PHASE)

    This Annex A is attached to and made part of theTechnical Service Contract for the West Qurna (1st Phase) Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    CORNER POINT NORTHING EASTING

    A 3,426,000 714,000

    B 3,426,000 731,000

    C 3,400,000 731,000

    D 3,400,000 714,000

    E 3,426,000 714,000

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    34/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA ZUBAIR

    This Annex A is attached to and made part of theTechnical Service Contract for the Zubair Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    CORNER POINT NORTHING EASTING

    A 3,399,000 750,600

    B 3,363,500 760,200

    C 3,353,000 771,000

    D 3,329,100 771,000

    E 3,331,700 764,000

    F 3,331,700 760,700

    G 3,361,800 742,200

    H 3,393,200 738,600I 3,399,000 750,600

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    35/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA BAI HASSAN

    This Annex A is attached to and made part of theTechnical Service Contract for the Bai Hassan Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    CORNER POINT NORTHING EASTING

    A 3,936,000 418,000

    B 3,936,000 416,000

    C 3,938,000 412,000

    D 3,939,000 410,000

    E 3,941,000 408,000

    F 3,943,000 406,000

    G 3,944,000 404,000

    H 3,945,000 402,000I 3,945,000 400,000

    J 3,946,000 398,000

    K 3,947,000 396,000

    L 3,948,000 394,000

    M 3,950,000 392,000

    N 3,952,000 391,000

    O 3,954,000 391,000

    P 3,956,000 391,000

    Q 3,958,000 392,000

    R 3,958,000 394,000

    S 3,956,000 396,000

    T 3,954,000 398,000

    U 3,952,000 400,000

    V 3,951,000 402,000

    W 3,950,000 406,000

    X 3,949,000 408,000

    Y 3,946,000 412,000

    Z 3,944,000 414,000

    AA 3,942,000 416,000

    BB 3,940,000 418,000

    CC 3,938,000 418,000

    DD 3,936,000 418,000

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    36/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA MISSAN

    This Annex A is attached to and made part of theTechnical Service Contract for the Missan Contract Area.

    The Contract Area is divided into three Field areas, with corner points numbered asshown for U.T.M. Zone 38N and connected by straight lines as shown in Annex B.

    Abu Ghirab Field

    CORNER POINT NORTHING EASTING

    A 3,577,500 733,500

    B 3,575,400 734,500

    C 3,573,500 731,700

    D 3,591,000 718,500

    E 3,593,750 711,500

    F 3,595,750 714,000G 3,592,000 723,250

    H 3,582,250 730,500

    I 3,581,675 729,200

    J 3,581,000 730,710

    K 3,577,650 731,600

    L 3,577,500 733,500

    Buzurgan Field

    CORNER POINT NORTHING EASTING

    A 3,546,300 739,500

    B 3,544,000 730,000

    C 3,562,000 716,500

    D 3,568,800 706,200

    E 3,579,500 707,000

    F 3,579,000 710,000

    G 3,565,700 723,600

    H 3,546,300 739,500

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    37/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    Fauqi Field

    CORNER POINT NORTHING EASTING

    A 3,549,800 740,400

    B 3,561,250 734,400

    C 3,566,000 734,400D 3,566,000 741,655

    E 3,564,800 741,655

    F 3,563,750 740,800

    G 3,562,350 739,400

    H 3,561,825 738,100

    I 3,561,300 738,450

    J 3,559,300 739,000

    K 3,558,500 738,400

    L 3,556,350 741,400

    M 3,555,850 741,050N 3,555,300 741,800

    O 3,555,500 743,050

    P 3,555,450 744,150

    Q 3,555,800 744,600

    R 3,553,750 748,000

    S 3,552,800 749,000

    T 3,552,700 749,300

    U 3,549,800 749,300

    V 3,549,800 740,400

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    38/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA AKKAS

    This Annex is attached to and made part of theService Development and Production Contract for the Akkas Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 37N and connected by straight lines as shown in Annex B.

    Where as a result of Appraisal and Development Operations it appears reasonably likelyto the Parties that the Field is larger than originally delineated and extends beyond the Contract

    Area originally established in respect thereof, then NOC may grant to Contractor, subject to anyprior grants of rights over the relevant area to a third party, an additional surface area outsidethe original Contract Area so that the Field may be fully contained within the extended Contract

    Area.

    CORNER POINT NORTHING EASTING

    A 3,780,000 665,000

    B 3,790,000 667,500

    C 3,792,000 678,500

    D 3,787,000 682,500

    E 3,783,000 684,000

    F 3,781,500 686,000

    G 3,771,000 700,000

    H 3,760,000 710,000

    I 3,750,000 710,000

    J 3,745,000 700,000

    K 3,750,000 690,000

    L 3,780,000 665,000

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    39/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX A DESCRIPTION OF CONTRACT AREA MANSURIYA

    This Annex is attached to and made part of theService Development and Product ion Contract for the Mansuriya Contract Area.

    The Contract Area is defined by the corner points for numbered as shown for U.T.M.Zone 38N and connected by straight lines as shown in Annex B.

    Where as a result of Appraisal and Development Operations it appears reasonably likelyto the Parties that the Field is larger than originally delineated and extends beyond the Contract

    Area originally established in respect thereof, then NOC may grant to Contractor, subject to anyprior grants of rights over the relevant area to a third party, an additional surface area outsidethe original Contract Area so that the Field may be fully contained within the extended Contract

    Area.

    CORNERPOINT NORTHING EASTING

    A 3,772,000 500,000

    B 3,786,000 490,000

    C 3,784,000 486,000D 3,780,000 486,000

    D 3,770,000 494,000

    F 3,770,000 498,000

    G 3,772,000 500,000

    (End of Annex A)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    40/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX VI

    ANNEX B TO CONTRACT

    MAP OF CONTRACT AREAS

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    41/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA RUMAILA

    This Annex is attached to and made part of theTechnical Service Contract for Rumaila Contract Area.

    3,320,000

    3,330,000

    3,340,000

    3,350,000

    3,360,000

    3,370,000

    3,380,000

    3,390,000

    3,400,000

    3,410,000

    3,420,000

    710,

    000

    720,

    000

    730,

    000

    740,

    000

    750,

    000

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    42/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA KIRKUK

    This Annex is attached to and made part of theTechnical Service Contract for Kirkuk Contract Area.

    3,910,000

    3,920,000

    3,930,000

    3,940,000

    3,950,000

    3,960,000

    3,970,000

    3,980,000

    3,990,000

    4,000,000

    370,0

    00

    380,0

    00

    390,0

    00

    400,0

    00

    410,0

    00

    420,0

    00

    430,0

    00

    440,0

    00

    450,0

    00

    460,0

    00

    470,0

    00

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    43/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA WEST QURNA

    This Annex is attached to and made part of theTechnical Service Contract for West Qurna Contract Area.

    3,390,000

    3,400,000

    3,410,000

    3,420,000

    3,430,000

    710,0

    00

    720,0

    00

    730,0

    00

    740,0

    00

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    44/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA ZUBAIR

    This Annex is attached to and made part of theTechnical Service Contract for Zubair Contract Area.

    3,320,000

    3,330,000

    3,340,000

    3,350,000

    3,360,000

    3,370,000

    3,380,000

    3,390,000

    3,400,000

    3,410,000

    730,

    000

    740,

    000

    750,

    000

    760,

    000

    770,

    000

    780,

    000

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    45/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA BAI HASSAN

    This Annex is attached to and made part of theTechnical Service Contract for Bai Hassan Contract Area.

    3,930,000

    3,940,000

    3,950,000

    3,960,000

    370,

    000

    380,

    000

    390,

    000

    400,

    000

    410,

    000

    420,

    000

    430,

    000

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    46/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA MISSAN

    This Annex is attached to and made part of theTechnical Service Contract for Missan Contract Area.

    3,540,000

    3,550,000

    3,560,000

    3,570,000

    3,580,000

    3,590,000

    3,600,000

    700,

    000

    710,

    000

    720,

    000

    730,

    000

    740,

    000

    750,

    000

    760,

    000

    Abu Ghirab Buzurgan Fauqi

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    47/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA AKKAS

    This Annex is attached to and made part of theService Development and Production Contract for Akkas Contract Area.

    3,740,000

    3,750,000

    3,760,000

    3,770,000

    3,780,000

    3,790,000

    3,800,000

    660,

    000

    670,

    000

    680,

    000

    690,

    000

    700,

    000

    710,

    000

    720,

    000

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    48/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX B MAP OF CONTRACT AREA MANSURIYA

    This Annex is attached to and made part of theService Development and Production Contract for Mansuriya Contract Area.

    3,760,000

    3,770,000

    3,780,000

    3,790,000

    480,

    000

    490,

    000

    500,

    000

    510,

    000

    (End of Annex B)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    49/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX VII

    ANNEX D TO CONTRACT

    DEFINITION OF RESERVOIRS

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    50/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS RUMAILA

    This Annex D is attached to and made part of theTechnical Service Contract for the Rumaila Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    A. North Rumaila Field

    (i) MISHRIF RESERVOIR

    Interval from 2,140m to 2,260m in R - 172 well and its lateral equivalents.

    (ii) MAIN PAY RESERVOIR

    Interval from 3,080m to 3,200m in R - 172 well and its lateral equivalents.

    B. South Rumaila Field

    (i) MISHRIF RESERVOIR

    Interval from 2,130m to 2,250m in Ru-94 well and its lateral equivalents.

    (ii) UPPER SHALE MEMBER RESERVOIR

    Interval from 2,940m to 3,035m in Ru-94 well and its lateral equivalents.

    (iii) UPPER SANDSTONE MEMBER (MAIN PAY) RESERVOIR

    Interval from 3,035m to 3,150m in Ru - 94 well and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    A. North Rumaila Field

    Nahr Umr, Upper Shale Member, Yamama, Najma, Alan and Mus/Adaiya.

    B. South Rumaila Field

    Lower Fars, Nahr Umr, Fourth Pay and Yamama.

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    A. North Rumaila Field

    All reservoirs which may exist below the base of the Mus/Adaiya formation.

    B. South Rumaila Field

    All reservoirs which may exist below the base of the Yamama formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    51/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS KIRKUK

    This Annex D is attached to and made part of theTechnical Service Contract for Kirkuk Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    (i) TERTIARY MAIN LIMESTONE RESERVOIR

    Intervals from 68m to 123m in KK-225 well and its lateral equivalents.

    (ii) CRETACEOUS RESERVOIRS

    Intervals from 806m to 1,590m in KK-216 well and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    Transition Beds (above MAIN LIMESTONE RESERVOIR).

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Lower Qamchuqa formation(also referred to as Shuaiba formation).

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    52/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS WEST QURNA

    This Annex D is attached to and made part of theTechnical Service Contract for West Qurna Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    (i) MISHRIF RESERVOIR

    Intervals from 2,267m to 2,450m in WQ-15 well and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    Saadi , Zubair, Khasib, Rumaila, Ahmadi, Ratawi, Yamama and Najma

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Najma Formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    53/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS ZUBAIR

    This Annex D is attached to and made part of theTechnical Service Contract for Zubair Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    (i) MISHRIF RESERVOIR

    Intervals from 2,210m to 2,370m in ZB-89 well and its lateral equivalents.

    (ii) THIRD PAY RESERVOIR

    Intervals from 3,230m to 3,325m in ZB-89 well and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    Upper Shale Member, Forth Pay, Lower Fars, Nahr Umr and Yamama .

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Yamama Formation

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    54/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS BAI HASSNA

    This Annex D is attached to and made part of theTechnical Service Contract for Bai Hassan Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    (i) TERTIARY MAIN LIMESTONE RESERVOIR

    Intervals from 599m to 813m in BH-81 well and its lateral equivalents.

    (ii) CRETACEOUS RESERVOIRS

    Intervals from 1,039m to 1,868m in BH-81 well (Shiranish, Mauddud, Shuaiba)and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    Kometan (Upper and Lower), Garagu and Gotnia.

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Gotnia formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    55/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS MISSAN

    This Annex D is attached to and made part of theTechnical Service Contract for Missan Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 PRODUCING RESERVOIRS

    A. Buzurgan Field

    MISHRIF RESERVOIR

    Intervals from 3,682m to 4,030m in BU-1 well and its lateral equivalents.

    B. Fauqi Field

    (i) ASMARI RESERVOIR

    Intervals from 2,700m to 3,035m in FQ - 1 well and its lateral equivalents.

    (ii) MISHRIF RESERVOIR

    Intervals from 3560m to 3925m in FQ - 1 well and its lateral equivalents.

    C. Abu-Gharib Field

    ASMARI RESERVOIR

    Intervals from 2,760m to 2,980m in AG - 1 well and its lateral equivalents.

    SECTION 2 DISCOVERED UNDEVELOPED RESERVOIRS

    Maudud reservoir of Abu Gharib Field.

    SECTION 3 UNDISCOVERED POTENTIAL RESERVOIRS

    A. Buzurgan Field

    All reservoirs which may exist below the base of the Mishrif formation.

    B. Fauqi Field

    All reservoirs which may exist below the base of the Mishrif formation.

    C. Abu-Gharib Field

    All reservoirs which may exist below the base of the Maudud formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    56/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS AKKAS

    This Annex is attached to and made part of theService Development and Production Contract for Akkas Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 DISCOVERED RESERVOIRS

    (i) AKKAS RESERVOIR

    Intervals from 1,176m to 2,039m in AKK-1 well and its lateral equivalents.

    (ii) KHABOUR RESERVOIR

    The Khabour reservoir and its lateral equivalents.

    SECTION 2 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Khabour formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    57/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX D DEFINITION OF RESERVOIRS MANSURIYA

    This Annex is attached to and made part of theService Development and Production Contract for Mansuriya Contract Area.

    Al l depths quoted are in metres below Mean Sea Level .

    SECTION 1 DISCOVERED RESERVOIRS

    (i) TRANSITION BED RESERVOIRS

    Intervals from 1,122m to 1,266m in Mn-1 well and its lateral equivalents.

    (ii) JERIBE/DHIBAN RESERVOIRS

    Intervals from 1,266m to 1,460m in Mn-1 well and its lateral equivalents.

    SECTION 2 UNDISCOVERED POTENTIAL RESERVOIRS

    All reservoirs which may exist below the base of the Jeribe/Dhiban Formation.

    (End of Annex D)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    58/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX VIII

    ANNEX E TO CONTRACT

    MINIMUM WORK OBLIGATION

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    59/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX E MINIMUM WORK OBLIGATION RUMAILA

    This Annex is attached to and made part of theTechnical Service Contract for the Rumaila Contract Area.

    SECTION 1 ADDITIONAL APPRAISAL OPERATIONS

    (a) Acquire a 1,500 square kilometre 3-D seismic survey over the Contract Area,including processing and interpretation thereof; and

    (b) Perform detailed geological and reservoir engineering studies, including 3-Dsimulation for the reservoirs, and carry out detailed laboratory and reservoirengineering studies to evaluate the most suitable recovery mechanism for allproducing and undeveloped reservoirs that will be the subject of theRehabilitation and Enhanced Redevelopment Plans. Integrate all relevantavailable data and information, including such data existing prior to the executionof Appraisal Operations.

    SECTION 2 REHABILITATION WORK

    (a) Drill 20 new production and 10 new injection wells;

    (b) Workover 130 wells, install new ESPs on 65 wells; perform 100 stimulations;

    (c) Agree and execute a thorough Reservoir Surveillance plan, to acquire sufficientdata for development planning and operations; expected to be in the order of600-800 well integrity surveys PLTs, MDTs, RSTs, well production tests and PVTmeasurements;

    (d) Design and build two 150,000 BWPD produced water re-injection plants (oneeach for North and South Rumaila);

    (e) Rehabilitate the existing water intake plant and supply pipeline to achieve a

    working capacity of 1.25 MMBWPD;

    (f) Refurbish existing or, as necessary, construct additional field gathering andprocessing facilities required to process the expected production levels resultingfrom implementation of the Rehabilitation Plan. To include an additional 3-phaseseparator, expansion of power generation and distribution by an estimated 10-20MW; 3 new flow tanks, with combined capacity of 30,000 cubic metres of oil;provision of fiscal metering at the Production Measurement Points; and

    (g) Perform engineering studies for improved and enhanced production, and initiateany studies necessary for preparation of the Enhanced Redevelopment Plan.

    (End of Annex E)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    60/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX E MINIMUM WORK OBLIGATION KIRKUK

    This Annex is attached to and made part of theTechnical Service Contract for the Kirkuk Contract Area.

    SECTION 1 ADDITIONAL APPRAISAL OPERATIONS

    (a) Acquire a 750 square kilometre 3-D seismic survey over the Contract Area,including processing and interpretation thereof;

    (b) Drill 2 appraisal wells; and

    (c) Perform detailed geological and reservoir engineering studies, including 3-Dsimulation for the reservoirs, and carry out detailed laboratory and reservoirengineering studies to evaluate the most suitable recovery mechanism for allproducing and undeveloped reservoirs that will be the subject of theRehabilitation and Enhanced Redevelopment Plans. Integrate all relevantavailable data and information, including such data existing prior to the executionof Appraisal Operations.

    SECTION 2 REHABILITATION WORK

    (a) Drill 25 wells;

    (b) Workover 80 existing wells; perform stimulations on 50 wells;

    (c) Agree and execute a thorough Reservoir Surveillance plan, to acquire sufficientdata for development planning and operations; expected to comprise in the orderof 500 well integrity surveys, PLTs, RSTs, well tests and PVT measurements;

    (d) Rehabilitate the existing water injection system to achieve a working capacity of1.2 MMBWPD;

    (e) Rehabilitate 2 existing gas compression stations and 7 degassing stations;(f) Provide a new gas lift system inclusive of gas treatment/compression with a

    capacity of 100 MMscfd for the Baba Dome wells;

    (g) Refurbish existing or, as necessary, construct additional field gathering andprocessing facilities required to process the expected production levels resultingfrom implementation of the Rehabilitation Plan. To include a corrosion inhibitionsystem for existing flowlines, test separation systems and expand powergeneration and distribution by an expected 10-20 MW; provision of fiscalmetering at the Production Measurement Point(s);

    (h) Construct an additional 50 MMscfd gas gathering, treatment/compression, and

    transportation facility for Avanah Dome gas; and

    (i) Perform engineering studies for improved and enhanced production, and initiateany studies necessary for preparation of the Enhanced Redevelopment Plan.

    (End of Annex E)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    61/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX E MINIMUM WORK OBLIGATION WEST QURNA (1st PHASE)

    This Annex is attached to and made part of theTechnical Service Contract for the West Qurna (1st Phase) Contract Area.

    SECTION 1 ADDITIONAL APPRAISAL OPERATIONS

    (a) Acquire a 500 square kilometre 3-D seismic survey over the Contract Area,including processing and interpretation thereof; and

    (b) Perform detailed geological and reservoir engineering studies, including 3-Dsimulation for the reservoirs, and carry out detailed laboratory and reservoirengineering studies to evaluate the most suitable recovery mechanism for allproducing and undeveloped reservoirs that will be the subject of theRehabilitation and Enhanced Redevelopment Plans. Integrate all relevantavailable data and information, including such data existing prior to the executionof Appraisal Operations.

    SECTION 2 REHABILITATION WORK

    (a) Workover 30 wells and complete 35 existing wells; perform stimulations in 270wells ; new perforations in 150 wells;

    (b) Agree and execute a thorough Reservoir Surveillance plan, to acquire sufficientdata for development planning and operations; expected to comprise in the orderof 350 well integrity surveys, PLTs, RSTs, well tests and PVT measurements;

    (c) Design and build a 250,000 BWPD fresh water injection system including waterintake facilities and supply pipeline, all capable of being expanded to 500,000BWPD, and including facilities to re-inject produced water at a later stage. It isenvisaged that some of the existing wells will be converted to water injection;

    (d) Refurbish existing or, as necessary, construct additional field gathering andprocessing facilities required to process the expected production levels resultingfrom implementation of the Rehabilitation Plan; in particular expand powergeneration and distribution by an expected 10-20 MW; 1 new flow tank with acapacity of 10,000 cubic metres of oil; provision of fiscal metering at theProduction Measurement Point; and

    (e) Perform engineering studies for improved and enhanced production, plus initiateany studies necessary for preparation of the Enhanced Redevelopment Plan.

    (End of Annex E)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    62/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX E MINIMUM WORK OBLIGATION ZUBAIR

    This Annex is attached to and made part of theTechnical Service Contract for the Zubair Contract Area.

    SECTION 1 ADDITIONAL APPRAISAL OPERATIONS

    (a) Acquire a 1,500 square kilometre 3-D seismic survey over the Contract Area,including processing and interpretation thereof; and

    (b) Perform detailed geological and reservoir engineering studies, including 3-Dsimulation for the reservoirs, and carry out detailed laboratory and reservoirengineering studies to evaluate the most suitable recovery mechanism for allproducing and undeveloped reservoirs that will be the subject of theRehabilitation and Enhanced Redevelopment Plans. Integrate all relevantavailable data and information, including such data existing prior to the executionof Appraisal Operations.

    SECTION 2 REHABILITATION WORK

    (a) Drill 10 new wells;

    (b) Workover 15 existing wells; install new ESPs in 35 wells, perform stimulations in50 wells;

    (c) Agree and execute a thorough Reservoir Surveillance plan to acquire sufficientdata for development planning and operations; expected to comprise in the orderof 400 well integrity surveys, PLTs, RSTs, well tests and PVT measurements;

    (d) Commission of the new 250,000 BWPD injection plant including provision ofadditional water filter units and refurbishment of the existing 20 kilometres watersupply pipeline;

    (e) Refurbish existing or, as necessary, construct additional field gathering andprocessing facilities required to process the expected production levels resultingfrom implementation of the Rehabilitation Plan; in particular expansion of powergeneration and distribution by an expected 10-20 MW; addition of 3 flow tankstotalling 30,000 cubic metres of oil; provision of fiscal metering at the ProductionMeasurement Point; and

    (f) Perform engineering studies for improved and enhanced production, plus initiateany studies necessary for preparation of the Enhanced Redevelopment Plan.

    (End of Annex E)

  • 7/26/2019 Iraq Oil and Gas Final Tender Protocol_Round1

    63/67

    Ministry of Oil, Iraq

    Final Tender Protocol

    ANNEX E MINIMUM WORK OBLIGATION BAI HASSAN

    This Annex is attached to and made part of theTechnical Service Contract for the Bai Hassan Contract Area.

    SECTION 1 ADDITIONAL APPRAISAL OPERATIONS

    (a) Acquire a 200 square kilometre 3-D seismic survey over the Contract Area,including processing and interpretation thereof;

    (b) Drill 2 appraisal wel