OIL LIMITED KG-BASIN PROJECT (A Enterprise)

GLOBAL EXPRESSION OF INTEREST (EOI) NO. OIL/KGB/EOI-17 FOR HIRING OF SERVICES FOR ACQUISITION AND PROCESSING OF 320 GLKM 2D DATA IN NELP-VI BLOCK: KG-ONN-2004/1 IN OF & DISTRICT OF PUDUCHERRY, INDIA

1. Introduction

OIL India Limited (OIL) along with its partner, GeoGlobal Resources, Barbados invites Global Expression of Interest (EOI) from interested and reputed parties with relevant experience as indicted below for carrying out acquisition and processing of 320 GLKM 2D data as per MWP commitment in NELP-VI block in East Godavari District of Andhra Pradesh and Yanam District of Puducherry .

Note: Contractors having their own in-house services are qualified to participate. Any submission through agents or subcontractors or intermediaries will not be acceptable.

In case of consortium of companies, the Leader of consortium should satisfy all the experience criteria as mentioned. However, any one of the consortium members shall have to meet the financial turnover criteria.

2. Brief description of area and scope of work:

In general, the entire block KG-ONN-2004/1, located in East Godavari District of Andhra Pradesh and in the District of Yanam, Puducherry (UT), India is thickly populated with Village and towns. About 20% of the area is covered by the river Godavari and about 30%of the area covered with coastal swamps & forests. The entire Block has alluvial covers and a considerable portion of the Block is covered with paddy fields, coconut grooves, sugar cane cultivation and fish ponds etc.

The Block is located in the prolific hydrocarbon producing areas of Andhra Pradesh. There has been the indication of massive gas deposits in the offshore / Deep water Blocks in east of the Block. In the Block, oil and gas reservoirs are expected in a number of zones ranging from Miocene to Cretaceous / Permo – Trassic age. These are at depth ranges verifying from 1500 – 5500 meters respectively. The objective of the survey and processing is to delineate these different reservoirs and identify structural and stratigraphic and prospects in the areas ranging from 1500m to 5500m.

The quantum of data to be acquired and processed is about 320 GLKM (full fold). The Party shall bring all the necessary and appropriate geophysical hardware, supporting ancillary equipment and transport facilities( including but not limited to facilities such as marsh buggies, all-terrain vehicle, boats etc. among others to name a few as may be required in marshy areas, water bodies and riverine/ transition zones ) require to enable uninterrupted quality driven geophysical activities for covering the diverse topography of the operational areas comprising of villages with dwelling houses, roads, swamps, mudflats tidal creeks, streams, rivers, plantations, forest & agricultural lands, sandy beaches etc. to name a few. The techniques, tools & equipment’s used to cover inaccessible and ecologically sensitive’s areas ( fisheries, swamps, forests, reverie zones etc.) should be the latest generations and should afford high maneuverability in deployment of the acquisition spread and acquiring high quality seismic data in an eco-friendly manner. The Party with their own personnel and equipment shall carry out routine 2D seismic data processing, special processing etc. required of the above data.

3. Vendor Pre-Qualification Criteria:

The parties must meet the following minimum criteria: a) Must have minimum experience of 2000 GLKM. 2D or 1000 sq. km of 3D data acquisition in similar type of transition zone area involving simultaneous deployment of geophone & hydrophones as receivers. Bidders are to indicate their experiences along with supporting documentary evidences. b) Must have processed a minimum of 4000 GLKM of 2D land/transition zone seismic data or 2000 sq. km of 3D Land/transition zone seismic data. Bidder must have a state-of-art processing center to carry out processing work. c) Must have established Health, safety, security and environment management system and track record.

d) The average annual turnover in last three accounting years should be minimum Rs. 6.12 Crores/USD 1.33 million.

4. Documents to be submitted:

For consideration, parties are required to supply one (1) set of the following documentation, with the specific chapters, separated by dividers, in the same order as set out here below (a) to (j): a) A separate section summarizing the contents chapter by chapter of the prequalification document. b) Contractor's general structure and organisation, including the branch / sub- division dedicated to such activities. c) Details of company's Health, Safety and Environmental Policy and Programme together with HSE Management System. d) Safety records; detailed for accidents, injuries, damage and summarized for near- misses & LTI over the past two (2) years. e) Details of relevant verifiable experience of similar services that has been undertaken as main contractor in the last ten (10) years, inside or outside India. f) Reference (including emails and telephone numbers) of three major customers that can be contacted for information / reference. g) Description and brief specifications of services offered for this project. h) Qualifier's audited accounts for the past three (3) years.

i) All relevant information concerning contacts, telephone, fax, e-mail of the contractor’s representative. j) Indicate tentative mobilization schedule and completion period.

Failure to provide any of the listed documents or information shall negatively affect the qualification to participate in the tendering process. Notwithstanding the submission of this documentation, OIL is neither committed nor obliged to include any contractor on the tender list or award any form of contract to any contractor and/or associated companies.

Vendors should clearly mention (point wise) whether they satisfy the above criteria & provide relevant documentary evidence.

5. Vendors willing to participate in the tender need to necessarily pre-qualify as per the above criteria, irrespective of their past track record with OIL, for providing the same services.

6. Please note that this is not an invitation to tender. Tenders will be issued to those parties who have been successfully pre-qualified against this EOI.

Interested Parties having relevant experience and expertise as above are invited to submit their EOI at our e-mail id:[email protected] within 02.01.2012,followed by hard copies and two(2) clearly labelled electronic copies (CD ROM) of the same through courier/post super-scribing “Expression of Interest No. OIL/KGB/EOI-17’ at the following address:

General Manager (KGB&BEP) OIL INDIA LIMITED, D.No.11-4-7, 3rd Floor, Nokalamma Temple Street, Ramaraopeta, -533004, Andhra Pradesh. Contact No: 0884-2302179.

The offer(s) may also be uploaded in Parties’ FTP server/File sharing website (portal) and the link(s) may be provided to us at above e-mail within above specified period.

OIL reserves the right to (a) accept or reject any/all EOIs submitted by parties (b) cancel the process at any time without any liability and assigning any reason thereof. *********