You are on page 1of 161

Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

PRE-QUALIFICATION & CALL-OUT AGREEMENT OF DYNAMITE SEISMIC DATA ACQUISITION AND


PROCESSING SERVICES IN KIRTHER AND SULAIMAN FOLD BELT, BALOCHISTAN FOR THREE YEARS

INVITATION TO BID

Tender No.: PD/LTA/PT/11300/2020

© PAKISTAN PETROLEUM LIMITED

Page 1 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

BIDDING INSTRUCTIONS
In order to quote, bidders must submit a proposal / quotation in strict compliance with the
terms and conditions set forth in this invitation to bid (ITB), otherwise the bid will be processed /
evaluated on the basis of available information.

Bidders should submit the proposal/quotation on PPL’s e-procurement system


(eprocurement.ppl.com.pk).

TECHNICAL BID (E-PROCUREMENT PORTAL)


Technical bid to be submitted through our E-procurement portal only. Hard copies of bid are no
longer required. Submission through e-procurement portal should contain the following:

i. Covering Letter clearly stating validity of bid (six months from bid closing date)and attached
annexures (to be uploaded in general attachement area).
ii. Technical quotation as per Technical Section.
iii. Exceptionsto the terms and conditions of ITB (if any) as per format.
iv. Copy of Bid bond valuing US$ 300,000.00 or equivalent as per format specified, valid
uptosix months from technical bid opening date to be uploaded in general attachement
area.

Please note that Original bid bond is to be submitted in sealed envelope at the time of technical
opening. The envelope should clearly state the tender no. and company name.
All exceptions if any must be submitted as per format.
Technical bids shall be publicly opened in presence of the bidders as per schedule advised
below. Technical bids shall be evaluated based on technical evaluation criteria specified. Bidders
complying with terms and conditions of this ITB and meeting technical evaluation criteria shall
be declared technically responsive. Financial bids of only technically responsive bidders shall be
publicly opened and schedule for same shall be advised after concluding the technical evaluation
phase.
Bidders have the right to request for the technical clarification provided that any request is
received 7 days before the bid closing date.
FINANCIAL BID (E-PROCUREMENT PORTAL)
Financial bid to be submitted through our E-procurement portal only. Hard copies of bid are no
longer required. It should contain FINANCIAL proposal / quotationbased on our requirements
detailed in this document. Financial quote should cover all costs / rates applicable for the
services based on scope of work and terms and conditions of this ITB document.
Additional financial terms not addressed in this ITB must be specified in the Exceptions section of
the technical bid.
Bidders are encouraged to quote for any suitable optional services which have not been
mentioned in the specifications and scope of services in the enclosed bid documents to achieve
the objective of the services.
Financial bids of only technically responsivebidders based on evaluation criteria / compliance to
ITB shall be publicly opened in presence of the bidders. Financial bids will be evaluated based on
given evaluation criteria and contract will be awarded to commercially/financially lowest
evaluated bidder. Company reserves the right to award backup contracts if required.
Page 2 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

With regard to taxes, please note that Withholding Tax would be applicable on the Bidder’s
invoices as defined. Withholding Tax would not be applicable on reimbursable, provided that the
Bidder supplies necessary documentation of such reimbursable cost.
ITB “Annexure”:

 It is mandatory for the bidders to submit online bids through PPL e-Procurement portal.

 Hard copies are no longer required to be submitted.

 Necessary assistance for online bid submission will be available at the following offices at least
one working day before the final submission date

1. PPL eProcurement (Tejari), PIDC house Karachi, 9am to 4pm, Telephone # 021-111-568-568
EXT; 2584, Cell #0302-8580452
2. PPL eProcurement (Tejari), I.I Chundrigar Road, Karachi, 9am to 6pm, Telephone #021-
32271841, Cell # 0345-8500548
3. PPL eProcurement (Tejari), Murree Road, Rawalpindi, 9am to 6pm, Telephone #051-
4573238-41, Cell #0300-8582161
4. PPL eProcurement (Tejari), PC Hotel, Lahore, 9am to 6pm, Telephone #042-36311848, Cell
#0300-8449573
 Disclaimer: PPL shall not have or accept any liability, obligation or responsibility in the event
that a bid is rejected for failure on the part of the bidder to submit an online bid through our PPL
e-Procurement portal, as stated above.
Please confirm your intention to bid at least 5 days prior to published / notified Bid Closing Date.
Bids must be received on PPL’s E-procurement Portal no later than published Bid Closing Date
& Time.

A Bid Bond / Pay-Order of US$ 300,000/- or equivalent payable to Pakistan Petroleum Limited,
as per format specified from a PPL’s approved bank (list provided below) valid for six
monthsstarting from bid closing date as advertised should be submitted in a sealed envelope on
technical bid opening date.
In case of award of contract, contract will be executed as per terms and conditions of this tender
document for which the Bidder has to provide Revenue Stamps for the contract value @ Rs. 35
paisas per Rs.100/- of the value of the Contract (Levied under Article 22-A of Schedule to the
Stamp Act. 1899).
Company does not encourage advance payments and advance payments are made only against
advance payment guarantee from a PPL’s approved bank as per format specified in this ITB
document.
In case of acceptance of the bid, bidder will be required to furnish a Performance Bond of
US$1,500,000/-or equivalentfrom a scheduled bank as per format specified before execution of
contract. The Performance Bond / Guarantee would be valid for the period specified in
Company’s letter of award (LOA) if required by the Company .

Page 3 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Bidders must warrant that it has investigated and is familiar with Pakistan’s rules, regulations
and laws affecting all aspects of the performance of the above reference services.

The Company reserves the right to accept or reject any and all bid proposal(s), increase or
decrease volume of work,or to take any other action which the company, at its sole discretion
deems necessary or convenient.
This invitation to bid request shall not create any duty, obligation, responsibility or liability of any
kind or character upon the Company or its co-ventures or the Government of the Islamic
Republic of Pakistan. Bidder should direct any questions or comments prior to submission of bids
to:
Mr. Shuja Haider/ Mr. Owais H. Siddiqui
Procurement Department
Pakistan Petroleum Limited
PIDC House, 4th Floor
Dr. Ziauddin Ahmed Road,
Karachi-7530 (Pakistan)
Phone No: 92-021-5683853 (5 Lines) Ext. 2512 / 2553
Fax No: 92-021-5683467
Email: sh_haider@ppl.com.pk/ h_owais@ppl.com.pk
Company shall not be liable for any costs and for expenses incurred by the bidder in the
preparation and delivery of their tender/ bid.

PPL does not encourage advance payment and advance payments are made only against
advance payment guarantee from a scheduled bank. Payment will be made on credit within 30
days of submission of invoice.

Exceptions / deviations from required specification / terms and condition, if any, should be
separately mentioned in your technical bid covering letter along with reference of the deviated
item / clause.
Non-compliance to mandatory and technical requirements shall lead to technical
disqualification.
Contract shall be awarded to the technically compliant and commercially lowest bidder.
Unit rate/Net price quoted by the bidder shall be irrevocable and treated as final. Any
calculation/mathematical error(s) (if found) shall be rectified by the Company and
communicated to the bidder accordingly. In case of discrepancy/error between the unit rate/
Net Price and Net Amount, UNIT RATE/NET PRICE shall be treated as final. Also, if unit rate / net
price is found missing against any of the item, then cost of same shall be considered to be
included in total bid value.
The Company shall have the right to increase, decrease, add, delete from and/or amend the bill
of quantities and the work defined in scope of work as deemed necessary, before, during or
after the bidding. All such additions, deletions and amendments shall only be authorized in
writing by the Company/ Engineer.
Contractors/Bidders having faced litigation cases due to default or wrong practices or inability to
perform any job as per agreed terms will be considered ineligible. Please confirm compliance.

Page 4 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Contractors/Bidders will also be asked to confirm acceptance to PPL Safety Rules for
Contractors. Failure to confirmation will also be treated as ineligibility.
The bidders are encouraged to visit and examine the site of the work on their own cost and
responsibility to obtain all the information that may be necessary for preparing the bid; prior
liaison with PPL will be necessary for the site visit. Site visit cost, whatsoever, will be borne by
bidder.

This tender/RFQ does not contain a price variation clause and therefore all unit prices quoted
shall be firm and irrevocable and shall not be subject to escalation on any account, whatsoever
including government taxes.

Failure to comply with any instruction/Terms in the Tender/RFQ documents would render the
bid liable to disqualification and rejection.
Contractors or their agents are required to visit site personally before preparation/ submission
of bid and guarantee that with the exception of force majeure, they have taken into account all
factors which includes but not limited to security situation, local influential's, access to the site,
working conditions and uncertainty of prices of material etc. and will complete work in given
time and at quoted cost. All contingencies should be built in and no escalation in cost and time
will be considered due to any reason.

Bids received on PPL’s e-procurement system after the bid closing date and time will be rejected
automatically. Bids must be submitted on PPL’s e-procurement portal
(eprocurement.ppl.com.pk) before bid submission deadline as per procedure explained
hereunder.

Failing to submit bid as per requirement / format or omitting any of the requested information
shall lead automatically to the rejection of bid.

Furthermore, one complete set of unconditional un-priced commercial must be submitted in e-


procurement portal and clearly marked as “Un-Priced Commercial” in general attachement
section.
In case the bidder does not want to participate, after receiving request for proposal/ invitation
to bid, they will advise Company by return email before bid closing date. In case no response is
received then that particular bidder will automatically stand not interested shall be out of the
bidding process.

INELIGIBILITY CONDITIONS:
Bidder will be declared as ineligible/ disqualified if:
1. Non-compliance of any of the above points.
2. If the Contractor/ applicant including any of its shareholders, directors, employees, partners, associated company or
affiliated company is involved in litigation with PPL or any of its joint venture partners; or
3. If the Contractor/ applicant including any of its shareholders, directors, employees, partners, associated company or
affiliated company is blacklisted. A sworn affidavit confirming that the Contractor/ applicant is not ineligible as per the
above shall be furnished to PPL.
4. If the contractor has failed to supply/ perform services as per agreed terms & condition against any of earlier awarded
Purchase Order/ Work Contract by PPL.
NOTE:
1. Bidders to submit completion/ satisfactory performance certificates from organizations.
2. PPL reserves the rights to verify the validity of submitted documents from the respective clients / banks.
3. Technical Evaluation Committee will visit the offices of Contractors for evaluation/ verification purpose, where required. Technical
Evaluation Committee will be entitled to declare the Contractor as non-responsive based on their visit report/ evaluation of the

Page 5 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Contractor’s office and submitted documents.

INTRODUCTION
Pakistan Petroleum Limited (the Company) in its capacity as Operator under the Petroleum Concession
Agreement plans to acquire 2D & 3D dynamite seismic data in Kirther and Sulaiman Fold Belt, Balochistan
(The company has the right to increase or decrease number of seismic surveys in Kirther and Sulaiman
Fold Belt on the same terms and conditions as agreed); and invites your Company (the Bidder) to submit
Technical and Financial bid proposals in strict compliance with the terms and conditions set forth in this
bid request for 2D & 3D seismic data acquisition and in-field processing services complete with
equipment spare parts and personnel. The blocks are located in Balochistan Province of the Islamic
Republic of Pakistan (Exhibit A, block location map)
For an efficient seismic operation, the minimum equipment and number of technical personnel required
in various positions are given in Exhibit – E (The contractor must complete Exhibit-E by filling in crew
equipment offered, number of technical personnel available and other services required). In case if any
contractor failed to provide agreed committed and offered equipment then company reserves the right
to terminate the contract and award it to next technical qualified contractor.

The scope of the 2D & 3D Seismic Data Acquisition services is enclosed as Attachment-1 (Exhibits A
through O). If you have any exceptions or if you consider that a change would be mutually beneficial,
such exceptions and proposed changes should be listed separately with an exact explanation of the
resulting effect, including specifically any monetary impact. Exceptions and proposed changes not listed
in the bid proposal will not be considered by the Company for review or negotiation later. Further all
proposed materials, equipment and services must be consistent with the terms of the bid invitation
document and equipment quoted must be immediately available. Bidder will also provide in the bid
proposal detailed technical specifications of offered equipment and curriculum vitae of all key personnel
to be employed during data acquisition and in-field processing project including their working experience
in different positions.
Please note that bidder must have the latest equipment and expertise for geodetic survey. Bidder must
establish additional geodetic control points in the area in WGS84 system for control in the seismic survey
area, for which the existing control points from the previous 2D/3D seismic may be used. In case bidder,
does not have these capabilities it is his responsibility to arrange the setup of sufficient WGS84 system
geodetic control points in the area for proper survey. Bidders who fulfill our minimum requirement of
scope of work, personnel / equipment and seismic survey experience and other terms and conditions defined
in this document will be technically qualified (as specified in Exhibit A).

Following may please be noted;


1. The seismic surveys in all the blocks are planned to be conducted between March 2020 to March 2022.
2. The format (exhibits) in the bid invitation proposal is designed for minimum one crew. However, bidders are
encouraged to quote for more than one crew to carry out simultaneous surveys in different blocks.
3. For information regarding surface terrain and planned acquisition volume of each block, please refer table under
exhibit-B.
4. Bidder should quote the offered volume discount over and above the minimum program as per Table under Exhibit
‘B’.
5. Some blocks have rugged terrain, deserts, and mountainous area, with small water bodies. Therefore, the bidder
should quote proper equipment accordingly to cater for these geomorphological features
6. The bidder should read carefully about the responsibilities of the Contractor and Company regarding ‘Permitting and
Land Damage Compensation’ provided against items 2.6 respectively under Exhibit F.
7. In case the seismic processing system in the field cannot handle very compute-intensive tasks such as Pre-stack
Migration for 2D and 3D processing, such tasks should be performed at the contractor’s office processing facilities
Page 6 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

located elsewhere or they can be outsourced by the Contractor, at no additional cost to Company without delay in
delivery of results.

Bidders must offer services of experienced, competent seismic data processor for infield processing job up to
PSTM for 2D and PoSTM for 3D seismic in the shortest possible time.

ATTACHMENTS

EXHIBIT – A PROGRAM MAPS

EXHIBIT – B SCOPE OF WORK

EXHIBIT – C TECHNICAL SPECIFICATIONS

EXHIBIT – D SCHEDULE OF PERSONNEL AND EQUIPMENT

EXHIBIT – E TECHNICAL & FINANCIAL EVALUATION CRITERIA

EXHIBIT – F SCHEDULE OF RATES

EXHIBIT – G TESTS AND QUALITY CONTROL

EXHIBIT – H COMMUNICATIONS AND REPORTS

EXHIBIT – I HSE REQUIREMENTS FOR SEISMIC SURVEY

EXHIBIT – J DELIVERABALES

EXHIBIT – K HSE REPORTING & POLICIES

Page 7 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 8 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – A

(PROGRAM MAPS)

Figure: Maps showing the Planned Seismic.

Page 9 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 10 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

KALAT AND MARGAND


Pakistan Petroleum Limited is the operator of Kalat and Margand Blocks located in central region of Balochistan
province of Pakistan. Margand and Kalat Blocks located in Kalat and Khuzdar Districts of Balochistan. Main cities
surrounding the project area are Kalat, Mastung, Khuzdar and Quetta. The project area comprises of rugged
topography with steep mountains where Jackrob drilling should be employed.

Page 11 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 12 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

HUB
The Hub Block is in Balochistan province of Pakistan and is distributed in two districts i.e. Lasbela and Khuzdar. The
project area lies in the south-eastern portion of the block. The overall topography of the project area is rugged with
mountains, which is ideal for dynamite acquisition.

MUSAKHEL
The Musa Khel Block is in Districts Musa Khel and Zhob of Balochistan Province. The project is mostly focused on the
eastern side of the block, where the terrain is mountainous with scattered hills.

Page 13 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 14 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – B
SCOPE OF WORK

1. INTRODUCTION

Company is planning to acquire 2D & 3D dynamite seismic data in Kirther and Sulaiman Fold Belt, Balochistan with
the volumes defined in Table 1. However, please note that PPL has right to change the volume of 3D/2D survey
(either increase or decrease) or cancel any 2D or 3D survey from planned program. The final 3D & 2D surface
coverage and location will be confirmed before the start of project for detailed scouting of the area. The location
map of PPL operated blocks where in 2D & 3D seismic acquisition surveys are planned is shown in figure in Exhibit A.
The contractor should preferably check the locations of the planned program lines/area for operational reasons. If
contractor in the field feels a better location by moving the entire length of any line from its planned location, then
these proposed shifts in line locations shall be presented for Company approval so that the seismic acquisition
program may be finalized.
TABLE 1

SEISMIC SURVEYS
Sr. No. BLOCK FIRM Contingent
2D (L.Kms) 3D (Sq. Kms) 2D (L.Kms) 3D (Sq. Kms)
1 KALAT EL 250
2 MARGAND EL 270
3 MUSAKHEL EL 400
4 HUB EL 400
5 KHUZDAR EL 100
TOTAL 920 100 400

NOTE: The volume of the work may increase or decrease or transfer to any other blocks (mentioned
above). Contingent program can be prioritized / firmed-up as and when required.

Company expects that the Contractor is fully aware of all local conditions in relation to 2D and 3D seismic
acquisition operations in the above offered blocks.
Contractor must provide crew's equipment and personnel, tentative mobilization date and planning & progress for
all phases of seismic operations in the bided blocks.
The project area/2D lines and their location shared in the maps are tentative and will be firmed before the start of
the project

2. SCOUTING OF THE SURVEY AREA

Contractors may preferably conduct a scout trip of the offered PPL operated blocks to address, amongst others, the
following issues prior to submission of the Bid Proposal.
1- Sufficient base station locations (Geodetic Control Points in WGS84 System) for Differential Global
Positioning System ("DGPS") surveying in the blocks
2- Environmental impact of the survey, especially in game reserve and wetland areas
3- Evaluate effects and disturbance of the operation on the local habitats
4- Local logistics and infrastructure
5- Local legal framework, particularly labor and safety regulations
6- Licensing, permits and tax requirements
7- Possible explosive magazine requirements, location in terms of coordinates and location marked on village
map.
8- Critically analyze different parts of the survey area and arrange suitable seismic sources to be able to do
acquisition in the area (like inside the water body, if any)
Page 15 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 16 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – C
TECHNICAL SPECIFICATIONS

1. ACQUISITION SPECIFICATIONS

Company requires that all seismic equipment for the survey be in new or nearly new condition, particularly the
spread cable and geophone strings. Geophone receiver elements should not be older than one year.
All equipment proposed for the survey will be subject to audit for technical and safety evaluation before acceptance
by Company.
Specifications of all seismic and positioning equipment should also be furnished with the Bid Proposal.

1.1.1 2D/3D Acquisition Description:


Energy Source Dynamite
Geophone Natural Frequency 10 Hz or lower
Record Length 8 seconds
Sample Rate 2 millisecond
High cut filter (Anti-Alias filter) 0.8 Nyquist frequency linear phase
Notch filter Out
Low cut filter Out
Polarity SEG Normal
Array orientation Centre of Gravity on the station flag
Spread Type As per 3D Geometry

1.1.2 3D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station


Proposal Parameters 3A 3B 3C (Nodal) 3D (Nodal)
Receiver line orientation (degs) 123 123 123 123
Receiver station interval (m) 50 50 25 10
Channels per line 192 192 384 960
Receiver line interval (m) 300 300 300 300
Receiver line / pacth 34 34 34 34
Active Channels 6528 6528 13056 32640
Source line orientation (degs) 33 33 33 33
Shots per salvo 6 3 6 3
Source interval (m) 50 100 50 50
Source line interval (m) 300 300 300 300
Bin Size (m) 25 x 25 25 x 50 12.5*25 5*25
SP Density / Sq.km 66.7 33.3 66.7 66.7
RP Density / Sq.km 66.7 66.7 133.4 333.5
Full Fold 272 272 - -
Max offset 6968.2 6950.0 6968.2 6968.2
Patch Aspect Ratio 1.063 1.058 - -
Total Receiver Points 26680 26680 53360 133400
Total Receiver Lines 89 89 89 89
Total Source Points 26680 11985 26680 26680

Page 17 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Total Source Lines 71 71 71 71


Receiver Area 400 400 400 400
Source Area 400 400 400 400
Actual Full Fold Area 165.67 165.58 - -

1.1.3 2D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station (Rectangular)
Proposal Parameters 2A 2B 2C (Nodal)
Receiver Interval (m) 25 25 10
Source Interval (m) 50 50 20
No of Channels 640 800 2000
Far Offset (M) 8000 10000 10000
Nominal Fold 160 200 500

2. NEAR SURFACE VELOCITY SURVEY- UPHOLE/ LVL CREW

2.1 Up-Hole/LVL Crew


The Up-hole and/or LVL crew may be required for near surface velocity control at a selected sparse
grid of points in the 2D/3D seismic area.

2.2 Up-hole/LVL equipment

Up-hole/LVL recorder should acquire 48 channels (not 24).

Description Requirement
Bidder complies with the reverse carottage
Required
method
Recording capacity 48 Channels
Up Hole Recorder Type StrataVisor or any Upgraded version
Drilling unit type MAN Rig300 or Failing 7k or equivalent/better
Drilling capacity 150 meters
Drilling method mud/air

LVL Spread Cable length 250 meters with 48 takeouts


hard disk 80 GB, USB slot, connector/cable for PC data
Recorder capabilities
transfer
Uphole / LVL processing and interpretation
KelSeis or better
software
Gridding and contouring software Surfer or better

2.3 Quality Control


The recording system should be capable of simultaneously recording of at forty-eight (48) data
channels. Time break confirmation should be systematically recorded and displayed on auxiliary
channel. Multi-channel paper monitors to be produced for every shot point recorded. The timing
lines and timing reference signal should not deviate by more than one (1) millisecond. Each
monitor record will be annotated to show Up-hole number and profile's shot point number and
verified by signature of the person who assessed the record quality as it was produced. Please
ensure the availability of data transfer cables required to download data from recorder to PC.

Page 18 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2.4 Up-hole Design and Acquisition Parameters

Below please find Test Up-hole configuration and specifications

The drilling and logging depth would be decided after the Test Up-hole.

Below please find Test LVL configuration and specifications

Note:The LVL geometry may be subject to revision after testing.

2.5 Processing of Up-Hole / LVL Data:


Contractor shall process the up-hole data acquired before data is acceptable by the Company.
Contractor shall apply the following processing flow to achieve the objectives for the acquisition of up-
hole data.
1 Picking of up-hole records
2 Computation of velocities of all weathered and sub-weathered layers

Page 19 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

3 Total time correction from surface to the seismic reference datum. The datum elevation will be
communicated by the company.

3. IN-FIELD PROCESSING

Contractor shall carryout the processing of acquired data. The Seismic data processing unit should be able
to perform basic 2D/3D seismic data processing flows, optional 3D seismic data processing flows,
parameters testing and quality control tests and final products. The final processed data should be
available immediately after the completion of the processing of each block to Company's office at Karachi
on external hard-disk.
At the discretion of the Company's Representative, the order of processes may be changed for efficiency, if
Contractor's software dictates.
Contractor will provide an in-field system capable of routine 2D/3D Data processing through a sequence
which includes refraction statics and post stack time migration for 3D and Pre-stack time migration for 2D
for monitoring quality control of the Seismic programs. This system should also can perform daily quality
control routines for the 2D/3D seismic survey.
Contractor shall process the Data acquired before Data is accepted by Company Representative.
Contractor's 2D/3D Seismic data processing shall include the following basic processing flow; optional 3D
data processing flows; testing; quality control; and final products.
Please be informed that PPL does not have an ftp site, and therefore the contractor is expected to make an
ftp site available for data transfers and provide us login name and password .

Descriptions of In-Field Processing Units No. of Units Required


1. On-site processing software PROMAX or OMEGA or Equivalent

2. Hardware background for on-site QC processing Dedicated workstation with


complete accessories (Capable to
run PSTM for 2D and PoSTM for 3D
(48 CPU, Intel ® Xeon Gold 5118 @
2.30 GHz each, 128 GB RAM)
3. Static solution software GMG

4. Plotter/printers 1/1
5. Seismic 3D design software KlSeis, Mesa or OMNI
6. Tape drive, IBM 3490/3590/3592 or LTO-5 1

3.1 Basic 2D/3D Seismic Processing Flow

Contractor shall apply the following basic processing flow in sequence order for 2D:

 Preprocessing / Editing
 Define Geometry - Geometry QC Plots
 Linear move-out displays of first breaks, or common offset displays.
 Spherical divergence compensation and trace balance
 Trace Editing (Reverse polarity or removal of anomalous traces)
 Compute field static corrections
 QC plots of statics, delays, etc.
 Offset and weathering velocity testing
 Refraction statics calculation (using First Breaks)
 Coherent Noise Attenuation
 Surface-consistent Deconvolution
 Brute Stack
Page 20 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Velocity Analysis 1 Km
 First-pass, surface-consistent residual statics
 Velocity Analysis 0.5 Km
 Second-pass, surface consistent residual statics
 Velocity Analysis 0.5 Km
 Random noise attenuation
 DMO (Including additional velocity analysis) and stack \
 Velocity Analysis 0.5 Km
 Stack
 Kirchhoff Pre-Stack Time Migration
 Random noise attenuation
 Time Variant filtering and trace scaling

Note: First break picking of all the shots is required to generate the static model.
Proper testing is required to select processing parameters and client approval needs to be taken for each
processing.
Contractor shall apply the following basic processing flow in sequence order for 3D:
 Preprocessing / Editing
 Define Geometry - Geometry QC Plots
 Linear move-out displays of first breaks, or common offset displays with velocity spike overlay.
 Despike
 Spherical divergence compensation and trace balance
 Anomalous noise attenuation in shot, receiver and CMP domains
 Phase matching through a match filter. Match amplitudes if required.
 Offset and weathering velocity testing
 QC plots of statics, delays, etc.
 Refraction statics calculation
 Noise Attenuation in shot, receiver, CMP and cross-spread domain. Noise attenuation includes
both random and coherent noise attenuation
 Surface-consistent spiking or predictive deconvolution
 Preliminary Stack
 Velocity Analysis on 1 km x 1 km interval respectively
 First-pass, surface-consistent residual reflection statics
 Velocity Analysis on 1 km x 1 km interval respectively
 Second-pass, surface consistent residual reflection statics
 Velocity Analysis on 1 km x 1 km interval respectively
 NMO and mute
 DMO (including additional velocity analysis) and stack
 Velocity Analysis at 0.5 km x 0.5 km interval respectively
 Stack
 Kirchhoff Post Stack Time Migration
 Random noise attenuation
 Time-variant filter and trace scaling
Note:
 Processor must provide updated processing cube after completion of every two acquisition blocks
 First break picking of all the shots is required to generate the static model
 Proper testing is required to select processing parameters and client written approval needs to be taken for
each processing
 Processing bin size would be unchanged i.e. 25 m x 25 m / 25 m x 50 m
 Incase contractor cannot process the data on field due to hardware limitations etc., the data can be
processed at contractors own processing center or from an outsourced vendor; but at no additional cost to
the Company and data is delivered within time.

Page 21 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

4. GPS POSITIONING

In survey area, The GPS base station shall be established with dual frequency GPS receiver. The stabilized
marks at each station shall be used for ordinary points. The base station should be tied to at least three
geodetic control points.

4.1 Specifications for GPS Survey

Contractor shall comply with the following specifications for GPS surveying operations.

No. of Units No. of Units


Descriptions of Survey Equipment
Required offered
1. GPS base station type (Trimble R8 or Leica 1230&530 or better) At least 4

2. Type of GPS rovers (Trimble R8 or Leica 1230&530,)

3. Number of GPS rovers 8

4. Hand held GPS Receivers 30


5. Survey Data Processing System 1
6. Plotter (HP500, 36 inch, color ink jet) 1
7. Printer (Color Lase Jet) 1
8. License based ArcGIS Software (Version 10.2 or latest) installed on 1
Computer (≥ 16 GB RAM & ≥ 2.6 GHz processor)
9. Bulldozers (D-8 or equivalent/ better) must be in good condition 5
10.Bulldozers (D-7 or equivalent/ better) must be in good condition 5
11.Survey personnel (number of personnel) 36
12.Number of supporting vehicles for surveying 9
13.Anemometer with complete weather station installed in Base camp 1

 Receivers - GPS receivers are subject to written approval by Company. It is expected that they shall be
highly portable, have low power requirements and can operate over a range of temperatures from 5
to 55 degrees Centigrade
 Static GPS Data Collection Parameters
 Field Logs - Logs shall be kept for each GPS recording session for each point and each receiver. These
logs shall include:
o Session Identification
o Julian Day
o Session Number
o Station ID
o Time of Occupation
o Instrument Height
 Baseline – Baseline length limit shall be 50 km for dual frequency receivers, and 15 km for single
frequency receivers
 Redundancy – At least one baseline in each observation session shall be repeated, or a third baseline
shall be observed to each point
 Geometry - PDOP (Position Dilution of Precision) shall not exceed four
 Number of Satellite Vehicles - A minimum of five satellite vehicles (SVs) shall be observed during each
session
Page 22 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Observation Period - Baseline up to twenty (20) kilometers in length shall be observed for one hour.
Baseline between twenty and thirty kilometers in length shall be observed for at least ninety minutes.
If dual frequency receivers are used, observation periods shall increase proportional to the baseline
length, up to two hours for 100 kilometer baselines. Baselines exceeding one hundred kilometers shall
be considered on a case-by-case basis.
 Rapid static - base line lengths and observation period for rapid static techniques shall follow
manufacturer's recommendations. Precision shall be demonstrated through loop closures and network
adjustment

4.2 GPS Data Processing Parameters

 Sample Rate - Data used for processing shall be sampled at fifteen second or shorter intervals from the
data set collected in the field
 Elevation Mask - Only Satellite Data collected at fifteen degrees or more above the horizon shall be
used in processing
 Root Mean Square (RMS) - The contractor shall be able to demonstrate that RMS is within the
manufacturer's specifications relative to baseline length, or the baseline may have to be re-observed
 Network adjustment - In a network adjustment the outliners shall be clearly identified. If a baseline is
rejected, re-observation may be necessary if redundancy requirements are not met due to removing
the baseline from the network
 Datum Shift Parameters – written Approval of Company will be required for datum shift parameters
 Projection Parameters – written Approval of Company will be required for projection parameters

4.3 GPS Report

 The report shall contain station coordinates in WGS84, and if requested, the local datum. Ellipsoidal
and projection Parameters shall be clearly identified. Datum shifts and geoidal separation shall be
noted
 A chronological activity report and a brief discussion of field techniques shall be included
 Station descriptions shall include sketches, photographs, and antenna heights measured in the field.
Raw Data shall be provided on a floppy disk
 DGPS and Real-Time Kinematic Data Collection Parameters
 Personnel - Contractor shall provide qualified and well-trained operators
 Equipment - Contractor shall provide type of equipment used
 Prior to start of field operations, Contractor shall submit a complete description of the DGPS/RTK
system. If Contractor developed software is proposed, system performance Data, such as twenty-four-
hour time series plots shall be included
 Eight to twelve channel receivers are required
 Base station and remote receivers shall be of the same manufacture
 The reference and roving receivers shall be capable of logging carrier phase as well as pseudo-range
Data
 Roving receivers shall provide the operator with sufficient statistical and performance indicators to
make reasonable operating or termination decisions
 The Data transmission link is subject to written approval by Company. It shall be capable of two second
updates

4.4 Operations:

 Reference station sites shall be chosen to eliminate multipath and shadowing as much as possible.
Ground planes shall be utilized at the reference sites
 Kinematic baselines shall not exceed ten (10) kilometers
 The roving GPS antenna shall come to a complete stop over the surveyed position.
 The roving systems shall log the "as-staked" positions

Page 23 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Vertical coordinates shall be acquired as Ellipsoid Heights, and shall be converted to Mean Sea Level
elevations in post-processing

4.5 Quality Control

 A minimum of five satellites shall be observed always


 PDOP shall be less than four
 The elevation mask for the roving receivers shall be set to fifteen degrees
 Data latency shall not exceed two second
 Daily repeatability checks are required. If multiple rovers are being used, the preferred method is for
each rover to check into a station set by another rover, at least twice per day
 Quality assurance indicators such as SVs used, Dilution of Precision (DOP), RMS, UTC times, etc., shall
be part of the Data record for each position surveyed
 If post-processing methods are employed, QA indicators for each position record shall be available
 Survey data will be provided to both PPL Representative and PPL Head Office at the end of production
every day. It includes KMZ files, offset lists (mentioning proper and valid reasons of offsets), sketch
maps and DC (Data Collection) files of all surveyed stations.
 The survey data shall be provided to PPL Rep. / Head Office sufficient time before the layout of
receivers or drilling / dozing i.e. at least two days (48 hours) before. The purpose is that PPL QC team
can verify points involving offsets on ground.
 No Source point will undergo drilling / dozing unless approved by the PPL Representative.
 If contractor is using Leica hardware, then the software for its QC must be provided by the contractor
to PPL Representative

4.6 Reporting

 Checks on previously established locations shall be made available to the Company Representative
daily
 A text or spread sheet file with surveyed point number, rod reading, date and time, number of SVs,
PDOP, and DGPS method (fine or coarse) shall be provided to the Company Representative at the end
of each line
 Seismic line reports shall follow the same format as conventional surveying reports to the extent
possible. Due to the large amount of Data associated with GPS methods, computer files in ASCII format
shall be accepted for raw Data in place of printouts
 PPL representatives can monitor the survey processing in the field survey office at any time during the
survey
 Analyzed statistics of PDOP values shall have to be mentioned in the daily report.
 For towns and villages, the offset design needs the prior approval of PPL. In this regard a
comprehensive report containing different options and relevant fold maps at different offsets needs to
be provided sufficient time before.

In survey area, the GPS base station shall be established with double frequency GPS receiver, employing a
recording time of at least 24 hours. The stabilized marks at each station shall be used for ordinary points.
The base station should be tied to at least three geodetic control points

a. Differential real time kinematic GPS with approximate base station (RTK) shall be used for ordinary
station observation and height correction
b. The accuracy of observation should be: H < ±0.25m, X/Y < ±0.5m
c. Off-set of plane position for different base station: X/Y < ±0.1m, H < ±0.05m
d. The double frequency receiver shall be used and the length of base line should be less than 50km
e. Position offset should be less than 10% of the designed station and line spacing
f. Observation time should be optimum as per ephemeris
g. Before operating RTK, the input data from master station must be checked on the known station so as
to ensure the accuracy of the survey point
Page 24 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

5. Permitting

The Contractor/Bidder must obtain all permits to travel and work in the area.
Permits to enter in military, Civil and oil installations must be obtained to minimize the exclusion areas for
shots and receivers. There are also villages and farms present where entry permission from the landlords
could also be necessary. During scouting phase, attention must be paid to the identification of any
architectural sites and/or protected areas that may be present and, if found, they must be clearly logged
and located. These areas must be avoided by the seismic operations and the CONTRACTOR should consult
the local authorities for any permits/procedures to work around these places. Adequate procedures should
be set up by Contractor to prevent any damage to cultivated fields, wherever possible, and an adequate
system for obtaining permission to entry into the private properties, together with and adequate crop
compensation procedure must be implemented. Explosives Management should be also set up, if dynamite
will be used as energy source; obtaining the permit to work in the area with explosives, obtaining the
permission to import explosive (dynamite and detonators, if necessary), obtaining the permission to store
and transport the explosive following the local rules and regulations.

Page 25 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT - D
SCHEDULE OF PERSONNEL AND EQUIPMENT

Contractor is to list in detail, title and quantity (Crew list) of the personnel, type and quantity of equipment to be
used for the project. The Contractor must add any omissions on the listings. Contractor will also supply all technical
information and specifications for their listed equipment along with the year of manufacturing and make/ model.

1. PERSONNEL
Contractor represents and warrants to Company that all personnel, (Administrative, Geophysical, and sub-
contractors), are and shall be, competent, efficient, and in good health, and that each of such personnel have
the qualifications, training and expertise necessary to perform their assigned duties.
Contractor will provide in the Bid Proposal detailed curriculum vitae of all key personnel to be employed during
the work including their working experience in their proposed positions. Sub-contractor personnel information
must be included. PPL has right to ask for replacement of any Contractor’s person at any time of the data
acquisition. However, no key person on crew can be 1) removed 2) forced to resign or released with prior
permission from PPL Office through onsite representative.

2. CREW PERSONNEL
The Contractor shall provide sufficient personnel to accommodate continuous (daylight) operation while
allowing for rotational leave as mentioned in Item-3.2 of this Exhibit-D. As a minimum, the requirements
specified in Exhibit-E, Item-K shall be fulfilled. Following personnel will be expected to be present during seismic
operations.

Crew’s Technical Personnel required to be present during seismic crew Nos. of Units No. of Units
operations Required offered
1. Party Chief + Party Manager (One Expat and one Local) 1+1
2. Senior Geophysicist 2
(Graduate of Geophysics with minimum 06-years field seismic experience)
3. Field QC Geophysicist (Graduate of Geophysics with minimum 01-year field 2
seismic experience)
4. Senior Processing Geophysicist (One Expat and one Local) 1+1
5. Senior Observer (One Expat and two Local) 1+2
(having Graduation in Electronic/ computer/ Geophysics or equivalent with
minimum 06 years’ experience as seismic observer)
6. Junior Observers (having Graduation in Electronic/ computer/ Geophysics or 2
equivalent with minimum 02 years’ experience as seismic observer)
7. Senior Surveyor (One Expat and one Local) 2
(minimum 06 years’ seismic experience)
8. Cable Chief (One Expat and Five Local) 1+1
9. Junior Surveyors 5
10. HSE Advisor 2
11. Assistant HSE Advisor 4
12. Doctor (PMDC registered, minimum 05 years’ experience of full-time 2
medical practice)
13. Medic 5
14. Camp Boss 1
15. Crew Administrator 1
16. Chief Vehicle Mechanic (One Expat and One Local) 1+1
17. Experienced Vehicle Mechanic (local) 6
18. Experienced Drilling Supervisor 1
19. Up-Hole/ LVL Observer 1
20. Up-Hole Driller 1
21. Security Supervisor (ex-army Officer) 2
22. Chief Permit man 1
Page 26 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Note: Expats are applicable in case of foreign contractor only

3. RESPONSIBILITY FOR PERSONNEL

3.1 Expenses
Contractor shall pay all wages, allowances, taxes, personnel expenses, transport, medical expenses, social
insurance, safety equipment costs, leave expenses, severance pay and all other payments and benefits of
any kind required to be paid to or on behalf of the Personnel under labor laws or any other laws of local
country or any other country.
3.2 Crew Changes
All personnel will be suitably roster to allow adequate leave between work schedules.
Continuity of Work is the responsibility of contractor and will be maintained by partial replacement of crew
members at mutually acceptable intervals. There should be sufficient time during the changeover for a
briefing / debriefing accompanied by comprehensive hand-over reports.
At least seven (7) days prior to commencement of the survey, Contractor will supply to Company the leave
schedule and method for the Crew changes.
No personnel (administrative, geophysical, or sub-contractor) may work for a continuous period
exceeding (forty two) 42 days without an adequate period of break (14-15 days). The reliever for any
position must have relevant qualification and experience. Only in exceptional circumstances and with
the prior written approval of Company may this be relaxed.
Under any circumstances / conditions, if contractor wants to work for extended hours or for complete
twenty-four hours, a separate team of trouble shooters, shooters, observers and other relevant technical
personnel/permit men would be hired.
The annual average salary raise should be equal to at least announced by the Govt. of Pakistan at the
start of each new fiscal year.
People working in field should be getting at least the basic pay and overtime in commensurate with the
labor laws of Govt. of Pakistan. Other benefits like travelling, food & accommodation will not be
considered to compensate the low salary structure.  
Crew personnel accepted by the Company may not be replaced without the prior consent of Company. For
any replacement of personnel, Contractor shall submit the detailed CVs of additional personnel for
company’s approval at least one week before initiating visa/travel arrangements of the personnel.

4. EQUIPMENT SUPPLIED

Company requires that all seismic equipment for the survey to be in new or nearly new condition particularly
the spread cables and geophone strings. Up-hole drilling rig should be in good working condition. Contractor is
required to supply all technical information and specifications for the listed equipment.
The Contractor shall provide camp equipment including bullet proof air-conditioned porta cabin units for their
expatriate staff and tent accommodation for their local personnel plus five (05) bullet proof air-conditioned
porta-cabin units for five (05) company representatives. Contractor shall provide all boarding and lodging
facilities for all employees including Company representatives and shall also provide power generation for their
living accommodation and technical equipment.
Contractor is to list in detail, title and quantity (Crew list) of the personnel, type and quantity of equipment to
be used for the project. The Contractor must add any omissions on the listings.
Contractor to supply complete technical information and specifications for their equipment listed in the Exhibit
D. Company site representative (QC) will have authority to add or change any procedure defined in contract to
improve crew efficiency and data quality. However, it will be QC’s responsibility to get approval from Company.
4.1 Recorder
The recording instrument of preference will be 24-bit system or equivalent capable of no fewer than
15,000 channels for digital recording at a 2-millisecond sample rate. Recording system should be SN-
428/508XL with latest software version, its equivalent or better. Tape drives will be 3490/3590/3592 or
Page 27 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

LTO5 cartridges in SEG D format with capability to copy a second set in SEG D format on 3490/3590/3592
or LTO5 cartridges. The recorder shall be equipped with two NAS drives capable of shot recording in SEG-D
format. The recording equipment should be capable of being installed in an air-conditioned unit
mounted onto a 4x4 truck.
The eSQC-Pro client software to be installed in the recorder and in client office in base camp. Recording
truck shall have internet connectivity of at least 4 Mbps bandwidth and WIFI router. TeamViewer or similar
desktop sharing application is to be used for remotely sharing the QC display screen in the recorder with
Company office, client representatives and contractor's QC personnel. Internet connectivity at the recorder
shall be available to the client personnel through WIFI always when the recorder is operating in the field.
TeamViewer or other selected desktop sharing application will also be installed and available in Client QC
office as well as the crew's geophysicist office in base camp for remote monitoring of data recording.
4.2 Cables and Detectors
The Contractor should supply sufficient cables and 5Hz (Region-I) and 10Hz or lower (Region-II) geophone
to record no fewer than number of channels per line/patch required in mentioned line parameters with
desired number of strings. An equal number of cables and geophones should be available as spares. All
geophones, FDU and cables should also be in new/good condition (without any Joints /cuts, shortening
problems and surface damages and used three year or less) capable of passing soak testing. During survey,
any cut on cables will be covered with permanent joint covers.
The Contractor should specify the type, manufacturer and the relevant attributes of all cables, geophones
and all relevant ground electronics included in their Bid Proposal. Each geophone string, FDU cable, Jumper
cables and all relevant ground electronics should be of manufacturer standard. No relaxation will be given
for string or cables related to shortening or any other problems.

4.3 Energy Source & Shooting Equipment


Dynamite

For Dynamite source of energy, shot hole (shot hole type to be determined after testing) (optimum
hole depth will be determined after conducting tests in the field) drilling will be performed with
Jackrob/jackhammer units

The charge will be loaded at the bottom of holes then all loaded charge in shot holes will be securely
tamped with fine gravel so that the energy from the detonation is contained in the ground. Up-hole
geophone will be placed with an offset of 1 meter across line to record up-hole times for computation
of Vo. Shot pro Blasters Encoder and Decoder will be used to ensure recording of reliable up-hole
times.

4.4 Surveying
Positioning shall be performed by real time kinematic GPS (RTK DGPS) employing dual frequency receivers,
with one base and five rovers (minimum), as specified in Exhibit-C, Item-4.
Contractor must establish sufficient geodetic control points in WGS84 System prior to start of navigation
survey in the areas of 2D/3Dseismic acquisition and ensure that an adequate network of reliable control
points are located within the two survey areas to allow for Differential Global Positioning System ("DGPS")
surveying. The Contractor shall include in its Bid Proposal the type of equipment and number of personnel
to be employed on the survey.
Resurvey of the all shot points after recording will be carried out by using RTK method.
Specifications for GPS Survey
Contractor shall comply with the following specifications for GPS surveying operations.
Equipment
 Receivers - GPS receivers are subject to approval by Company. It is expected that they shall be highly
portable, have low power requirements and can operate over a range of temperatures from 20 to 55
degrees centigrade.
 Static GPS Data Collection Parameters
 Field Logs - Logs shall be kept for each GPS recording session for each point and each receiver.
 These logs shall include:
Page 28 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Session Identification
 Julian Day
 Session Number
 Station ID
 Time of Occupation, and
 Instrument Height
 Baseline - If single frequency receivers are used, baseline lengths shall not exceed fifteen (15)
kilometers.
 Redundancy - At least one baseline in each observation session shall be repeated, or a third baseline
shall be observed to each point.
 Geometry - PDOP (Position Dilution of Precision) shall not exceed five.
 Number of Satellite Vehicles - A minimum of five satellite vehicles (SVs) shall be observed during each
session.
 Observation Period - Baseline up to twenty (20) kilometers in length shall be observed for one hour.
Baseline between twenty and thirty kilometers in length shall be observed for at least ninety minutes.
If dual frequency receivers are used, observation periods shall increase proportional to the baseline
length, up to two hours for 100 kilometers’ baselines. Baselines exceeding one hundred kilometers
shall be considered on a case-by-case basis.
 Rapid static - base line lengths and observation period for rapid static techniques shall follow
manufacturer's recommendations. Precision shall be demonstrated through loop closures and network
adjustment.
 GPS Data Processing Parameters.
 Sample Rate - Data used for processing shall be sampled at fifteen second or shorter intervals from the
data set collected in the field.
 Elevation Mask – Only satellite Data collected at fifteen degrees or more above the horizon shall be
used in processing.
 Root Mean Square (RMS) - The contractor shall be able to demonstrate that RMS is within the
manufacturer's specifications relative to baseline length, or the baseline may have to be re-observed.
 Network adjustment - In a network adjustment the outliners shall be clearly identified. If a baseline is
rejected, re-observation may be necessary if redundancy requirements are not met due to removing
the baseline from the network.
 Datum Shift Parameters - Company shall supply datum shift Parameters.
 GPS Report
 The report shall contain station coordinates in WGS84, and if requested, the local datum. Ellipsoidal
and projection Parameters shall be clearly identified. Datum shifts and geoidal separation shall be
noted.
 A chronological activity report and a brief discussion of field techniques shall be included.
 Station descriptions shall include sketches, photographs, and antenna heights measured in the field.
Raw Data shall be provided on a floppy disk.
 DGPS and Real-Time Kinematic Data Collection Parameters.
 Personnel - Contractor shall provide qualified and well-trained operators.
 Equipment - Contractor shall provide type of equipment used.
 Prior to start of field operations, Contractor shall submit a complete description of the DGPC/RTK
system. If Contractor developed software is proposed, system performance Data, such as twenty-four-
hour time series plots shall be included.
 Eight to twelve channel receivers are required.
 Base station and remote receivers shall be of the same manufacture.
 The reference and roving receivers shall be capable of logging carrier phase as well as pseudo-range
Data.
 Roving receivers shall provide the operator with sufficient statistical and performance indicators to
make reasonable operating or termination decisions.
 The Data transmission link is subject to approval by the Company. It shall be capable of two second
updates.
 Operations:
 Reference station sites shall be chosen to eliminate multipath and shadowing as much as possible.
Ground planes shall be utilized at the reference sites.

Page 29 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Kinematic baselines shall not exceed ten (10) kilometers.


 The roving GPS antenna shall come to a complete stop over the surveyed position.
 The roving systems shall log the "as-staked" positions.
 Vertical coordinates shall be acquired as Ellipsoid Heights, and shall be converted to Mean Sea Level
elevations in post-processing.
 Quality Control:
 A minimum of five satellites shall be observed at all time.
 PDOP shall be less than five.
 The elevation mask for the roving receivers shall be set to fifteen degrees.
 Data latency shall not exceed two second.
 Daily repeatability checks are required. If multiple rovers are being used, the preferred method is for
each rover to check into a station set by another rover, at least twice per day.
 Quality assurance indictors such as SVs used, Dilution of Precision (DOP), RMS, UTC times, etc., shall
be part of the Data record for each position surveyed.
 If post-processing methods are employed, QA indicators for each position record shall be available.
 Reporting
 Checks on previously established locations shall be made available to the Company Representative
daily.
 A text or spread sheet file with surveyed point number, rod reading, date and time, number of SVs,
PDOP, and DGPS method (fine or coarse) shall be provided to the Company Representative at the end
of each line.
 Seismic line reports shall follow the same format as conventional surveying reports to the extent
possible. Due to the large amount of Data associated with GPS methods, computer files in ASCII format
shall be accepted for raw Data in place of printouts.

Contractor will place PMs (Permanent Markers) on both ends of each source and receiver lines and at all
alternate intersection of all lines source and receiver lines so that in future any location of any source and
receiver lines can be located and confirmed with these PMs. In addition, at least ten (10) permanent
markers shall be installed at selected safe locations with the approval of client (this number may be
increased or decreased according to survey).

Page 30 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT - E
TECHNICAL EVALUATION CRITERIA

2D/3D SEISMIC SURVEY 2019-20

DESCRIPTION OF REQUIRED EQUIPMENT AND PERSONNEL FOR EACH CREW:


No. of Units No. of Units
A. Descriptions of Recording Crew's Equipment
required offered
a. Seismic Recording System of 24 bit (SN-428/ 508XL/G3i HD or
equivalent/better) capable of handling more than 15000 channels
digital recording at 2 msec sample rate.
b. QC Display computer with Team Viewer Software
c. Dual tape drive to produce two original LTO-5 cartridges and hard
01
disks in SEG-D format
d. Truck (4x4) with air-conditioned cabin housing the above system
e. Color Printer
f. CD-R / DVD-R drive/USB/Hard Disk
g. Internet connection (08MBPS) with WiFi
No. of Units No. of Units
B. Descriptions of Ground Electronics and Associated Equipment
required Offered
a. Telemetry cables (preferably with 3 or 4 take out @ 55-65-meter 2 times of Design
intervals) (new or older less than 3 years but in excellent condition) Geometry of Active
Channels
Geophone strings: 2 times of Design
a. Geophone strings of 12 geophones per string with natural frequency Geometry of Active
of equal to or less than 10 Htz (new or less than three-year-old) Channels
Point Receivers:
2% of active patch
Smart solo, Quantum or equivalent with natural frequency of equal to or
for 2D/3D
less than 10 Htz (new or older less than one year)
FDU (At each channel) 2 times of Design
(new or older less than three years but in excellent condition) Geometry of Active
Channels
LAUL (After 40 channels) 500 for 3D and 70
Note: These numbers of units are based on SN 428 Recording System. If a for 2D
different recording system will be used then these unit may vary and
appropriate number of units will be required
LAUX (For each line in the template) 70
Line cable to allow Recorder to be set up at an offset from active receiver
lines. (Length of individual line should not be less than 500 m). (New or 70 Sets
older less than three years)
Air-conditioned Instrument Truck with internet connectivity (V-sat or 1
equivalent with minimum 8Mbps connection) and QC monitor with team
viewer
Decoder (blaster) 08
Encoder 1+1
Transportation Truck 16
Line Trouble Shooting Pick-up 25
Spare Part Kit 1
Appropriate Personal protection equipment (PPE) for desert area the crew As required to
and client personnel. conduct operation
*Note: Bidder should fulfill technical requirements (3D Geometry options) mentioned in the bid
No. of Units No. of Units
C. Descriptions of Survey Equipment
Required offered

Page 31 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1. GPS base station type (Trimble R8 or Leica 1230&530 or better) At least 4

2. Type of GPS rovers (Trimble R8 or Leica 1230&530,)

3. Number of GPS rovers 8

4. Hand held GPS Receivers 30


5. Survey Data Processing System 1
6. Plotter (HP500, 36 inch, color ink jet) 1
7. Printer (Color Lase Jet) 1
8. License based ArcGIS Software (Version 10.2 or latest) installed on 1
Computer (≥ 16 GB RAM & ≥ 2.6 GHz processor)
9. Bulldozers (D-8 or equivalent/ better) must be in good condition 5
10.Bulldozers (D-7 or equivalent/ better) must be in good condition 5
11.Survey personnel (number of personnel) 36
12.Number of supporting vehicles for surveying 9
13.Anemometer with complete weather station installed in Base camp 1

No. of Units Required No. of Units


D. Description of Drilling Equipment
offered
1. Portable Air Compressor Jackrobs capable of drilling 20-30- 1. 100 Jack robes Units for
meter hole 3D and 50 for each 2D crew
2. Vehicle/tractor-mounted Rigs capable of drilling 30-meter hole 2. 10 Units each 2D crew
3. 30 Units each 2D Crew
3. Pneumatic Jackhammers (for 1.8-meter pop shots)
No. of Units No. of Units
E. Descriptions of Up-hole Crew Equipment
Required offered
1. Truck mounted Drilling Rig should have capability to drill down to 100 1
meter or more
2. Down hole detonator Cable or Vector Cable or Cable with Sondes 2
3. 48 channels Seismograph 1
4. Transportation vehicle 1
5. Water Bowser 1
6. Weight Drop Machine or Hamer & Plate

No. of Units No. of Units


F. Descriptions of Communication Equipment
Required offered
1. Field Base Camp and Field Units for data acquisition. Radio (25-40w) and 100 (25-40w)
Hand Held Radios (5w) 100 (5w)
2. Satellite Phone 3
2 Arrange a tower from any reputable cellular company 1
4. E-mail and fax at contractor main and branch offices 1 Each
5. Internet connectivity at base camp together with WIFI 20 Mbps

No. of Units No. of Units


G. Geometry QC System
Required offered
1
1. Geometry QC System
1
2. Software Package name (Mesa TM or equivalent)

Page 32 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

No. of Units No. of Units


H. Descriptions of In-Field Processing Units
Required offered
1. On-site processing software (PROMAX or OMEGA or Equivalent) 1
2. Dedicated workstation with complete accessories (Capable to run PSTM 1
for 2D and PoSTM for 3D (48 CPU, Intel ® Xeon Gold 5118 @ 2.30 GHz
each, 128 GB RAM)
3. Static solution software GMG
4. Thermal Plotter 24”/ Color Laser jet printer 1+1
5. Tape drives (LTO5) and Hard Disks 2
1. DVD-R/RW Drive, USB as and when required for data transmission 1

No. of Units No. of Units


I. Descriptions of Additional Vehicles
Required offered
5
1. Single Cabin Pick-ups (4WD)
6
2. Double Cabin Pick-ups (4WD)
2
3. Single Cabin 2.4L Petrol Pick-up
5
4. Transportation Trucks (4WD)
1
5. Water Bowsers
1
6. Ambulances

No. of Units No. of Units


J. Descriptions of Camp Equipment
Required offered

1. Single Cabin Pick-ups (4WD) 15

2. Double Cabin Pick-ups (4WD) 30

3. Transportation Trucks (4WD) 40

4. Water Bowsers 6
5. Medical Care Trailer 1
6. Office Trailer for Survey and on-site Processor 1
7. Drinking Water Supply Truck (Not old more than 5 years) 3
8. Fuel Tanker Truck (Not old more than 5 years) 1
9. Water Tanker 2
10. Water Purification Facility 1
11. Power Generator (base Camp) 2
12. Power Generator (Fly Camp) 2
13. Battery Charger 4
14. Photocopier 1
15. Geo-phone String Tester (Multimeters) 45
16. Test Maintenance System 1
17. SMT Geophone Tester (300 or 400 or equivalent) 4
18. Line Tester (LT-408/428/508XL or similar) 4
19. Grip Meters 7
20. Ground electronics (Geophones, FDUs, LAUL, LAUX, etc.) complete
1
repairing Kit
21. Mechanic & Elec. Maintenance Shop (1+1) 2
22. Ambulances 4
23. Personal Computer with complete accessories including printer 4
24. Land Cruiser Air-conditioned Vehicle for QC (Not old more than 5 years) 2
25. Logistics vehicle 2

Page 33 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

26. Double Cabin 4x4 Air-conditioned vehicles for Client representatives (Not
3
old more than 5 years).
27. Sandwich Box 1
28. ATV/ Quad bikes 6
29. Hand Held Radio for Client professional 5

In addition to above items, the Contractor shall provide necessary camp equipment including air-conditioned porta
camp units for its technical staff and tent accommodation for their local personnel, plus air-conditioned porta-cabin
units for five (5) company representatives.
Contractor shall provide two air-conditioned offices at base camp for use of Client personnel, each equipped with a
PC, UPS, color printer, telephone, two-way radio set, desk, chairs, shelves/cabinets, internet connectivity through
both ethernet and WiFi LAN.
Contractor shall also provide all commissary and mess facilities for all personnel including Company representatives
and shall also provide power generation for their living accommodation and technical equipment.
The contractor’s equipment and software shall consist of, at least, but not limited to the above list. Other
equipment which are not mentioned in above tables will be provided if desired by Company. According to the
operational needs and Company requirements, contractor will provide additional equipment which are not
mentioned in this document & contract, after discussion and negotiation between Company and Contractor.

K. Crew’s Technical Personnel required to be present during seismic Nos. of Units No. of
crew operations Required Units
offered
23. Party Chief + Party Manager (One Expat and one Local) 1+1
24. Senior Geophysicist 2
(Graduate of Geophysics with minimum 06-years field seismic experience)
25. Field QC Geophysicist (Graduate of Geophysics with minimum 01-year field 2
seismic experience)
26. Senior Processing Geophysicist (One Expat and one Local) 1+1
27. Senior Observer (One Expat and two Local) 1+2
(having Graduation in Electronic/ computer/ Geophysics or equivalent with
minimum 06 years’ experience as seismic observer)
28. Junior Observers (having Graduation in Electronic/ computer/ Geophysics or 2
equivalent with minimum 02 years’ experience as seismic observer)
29. Senior Surveyor (One Expat and one Local) 2
(minimum 06 years’ seismic experience)
30. Cable Chief (One Expat and Five Local) 1+1
31. Junior Surveyors 5
32. HSE Advisor 2
33. Assistant HSE Advisor 4
34. Doctor (PMDC registered, minimum 05 years’ experience of full-time 2
medical practice)
35. Medic 5
36. Camp Boss 1
37. Crew Administrator 1
38. Chief Vehicle Mechanic (One Expat and One Local) 1+1
39. Experienced Vehicle Mechanic (local) 6
40. Experienced Drilling Supervisor 1
41. Up-Hole/ LVL Observer 1
42. Up-Hole Driller 1
43. Security Supervisor (ex-army Officer) 2
44. Chief Permit man 1
Note: Expats are applicable in case of foreign contractor only

Page 34 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

L. Services required to be provided by the Contractor Agreed /


Not

1. Contractor shall arrange the necessary field security personnel to ensure security of
Contractor's employees, equipment, consumables and company representative.
2. Contractor will be responsible for obtaining necessary NOCs for the purchase,
transportation and storage of explosives (dynamite and detonators), if required.
3. Contractor will be responsible for obtaining all permissions from landowners of the
program areas and payment of reasonable damage claims to legal landowners.
4. Contractor shall bear the cost of import licenses, payment of custom duties,
demurrage fee, clearing agent's fee on imports into Pakistan for equipment, spare
parts and consumables items used directly in this program.
5. Contractor would fulfill HSE requirements as defined in the bid document.
6. Contractor will conform to the technical and operational specifications and
acquisition quality control criteria set forth in the bid invitation document.
7. Contractor agrees that no personnel (administrative, geophysical, or sub-contract)
may work for a continuous period exceeding (forty-two) 42 days without an
adequate period of break (14-15 days).
8. Contractor shall provide the necessary logistic for transportation of client personals
from base camp to Karachi whenever required and Karachi to Basecamp.
9. Crew availability for mobilization in Mar 2020
10. During technical evaluation, Company representative will visit the crew ready for
mobilization to ensure complete availability of the crew (equipment and personnel
listed from Item-A to Item-K above). Any shortcoming as per the ITB may result in
disqualification of the contractor. Contractor also agrees to tell name of offered crew
which would be audited and technically qualified / disqualified by the COMPANY.
11. Complete project schedule to be included in the technical bid for each option.
12. Contractor shall obtain clearance certificates regarding payments to locals from local
authorities after completion of the project
13. Minimum salary wages and overtime of labor (skilled/unskilled) will be in accordance
with Government of Pakistan rules
14. Contractor will provide a reasonable time (along with Gantt Chart) for mobilization of
equipment

M.  Schedule of start of project


Activities Schedule
Complete crew mobilization for First Project for and start of Within 90 days from the date of
recording issuance of LOA (Letter of Award
Complete crew mobilization and completion of basecamp Within 30 days from the date of
construction from one project to another issuance of LOA (Letter of
Award)
Field Testing (From One Project to another) Within 50 days from the date of
issuance of LOA (Letter of
Award)
Start of Data Recording (From One Project to another) Within 70 days from the date of
issuance of LOA (Letter of
Award)
Page 35 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Note:
 Contractor to confirm in writing that it will fulfill the above schedule. Non-commitment to any of
requirement may automatically disqualify the bid. Furthermore, it will be bidder’s responsibility,
during technical evaluation of proposals, to prove that above timeline is manageable by the
bidder. Failure to do so may result in rejection of bid.
 If a contractor fails to meet the timelines after the award of contract, committed in its bid or
confirmed through email during Technical evaluation of bids, then the contract / LOA of that
contractor may be cancelled and the contract may be awarded to second financially lowest and
technically qualified bidder.

N. Penalty Clauses:
Note: Dozers: In case a minimum of eight (03) bulldozers for 2D and five (05) bulldozers for 3D are not in
working condition for any part of any day, a penalty of US$ 30 / hour per dozer will be applicable and
shall be adjustable/deductible from the contractor’s invoices.
Unable to Complete crew mobilization for First Project for and USD 300,000 or 3% of the specific
start of recording within 90 days from issuance of LOA project (whichever will be higher)
cost may apply for each project
Unable to start of Data Recording within 70 days of issuance of USD 400,000 or 4% of the specific
FWO (One Project to another) project (whichever will be higher)
cost may apply for each project
In case of non-compliance of any one (or more) of the HSE USD 100,000 or 1% of the specific
requirements mentioned in “Exhibit I, Section 18 Penalty” project (whichever will be higher)
cost may apply for each project

Page 36 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Part 1: TECHNICAL EVALUATION QUALIFYING CRITERIA

TECHNICAL EVALUATION CRITERIA


3D/2D SEISMIC SURVEYS
QUALIFYING MARKS 75%

MAX.
Sr. No. DESCRIPTION QUALIFYING CRITERIA
MARKS

1 CONTRACTORS PROFILE AND EXPERIENCE 20

Less than 3 Years= 0

a. Experience of company as seismic contractor 3-5 Years=2 3


More than 5 Years=3

b. 3D Seismic acquisitions performed during the past Up to 2000 Sq. Kms= 0


3
5 years More than 2000 Sq. Kms =3
One Crew (2D) =0
c. No. of 2D/3D seismic crews offered by the bidder One Crew (3D) =2 3
One 3D and one 2D=3
less than 5 Projects= 0
d. No. of seismic projects handled by the bidder
6-7 Projects=2 3
during the past 5 years
More than 7 Projects=3

e. No. of 2D or 3D seismic projects handled by the less than 1 Project= 0


2
bidder in past one (01) year 01 or More than 1 Project=2

f. 2D Seismic acquisitions performed during the past Up to 2500 L. Kms= 0


3
5 years More than 2500 L. Kms =3
No Client satisfaction letters
provided = 0
g. Client satisfaction letters (in English) from last 3
(three) 2D/3D seismic acquisition projects by the 1 Projects= 1
3
contractor, on client company letter head with
2 Project =2
signature and stamp
3 Project =3
Note:
The experience indicated shall cover projects for petroleum exploration only. Projects pertaining
to mineral industries should not be included and will not be considered. Project having volume
less than 100 Sq.Km for 3D and 50 L. Kms for 2D would not be counted also.

Page 37 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

TECHNICAL SPECIFICATION/INFORMATION OF MINIMUM REQUIRED


2 50
EQUIPMENT FOR 3D/2D SEISMIC SURVEYS FOR EACH CREW
a. Seismic Recording System of 24 bit (SN-428/
508XL/G3i HD or equivalent/better) capable of
handling more than 15000 channels digital
recording at 2 msec sample rate.
b. QC Display computer with Team Viewer Software One (01) Unit for each crew
2a. c. Dual tape drive to produce two original LTO-5
Less than SN-428 or Equivalent = 0
RECORDING cartridges and hard disks in SEG-D format SN-428 or Equivalent = 05 10
EQUIPMENT d. Truck (4x4) with air-conditioned cabin housing SN-508/G3i HD or Equivalent = 10
the above system
e. Color Printer
f. CD-R / DVD-R drive/USB/Hard Disk
g. Internet connection (08MBPS) with WiFi

Portable Air Compressor Jackrobs capable of


Less than 50/100 units for 2D/3D= 0
drilling 20-30-meter hole 10
50/100 units for 2D/3D = 10
2b.
DRILLING RIGS Vehicle/tractor-mounted Rigs capable of drilling Less than 10 units for 2D/3D= 0
05
30-meter hole 10 units for 2D/3D = 05
Less than 30 units for 2D/3D= 0
Pneumatic Jackhammers (for 1.8-meter pop shots) 10
30 units for 2D/3D = 10
Telemetric cables/FDUs or Equivalent
Telemetry cables (Preferably with 4 take out @ 55- As per Design Geometry of 7000
65-meter intervals) (excellent condition and less Channels 05
Less than 2 X Active Channels= 0
than 3 years old)
Equal to 2 X Active Channels= 5

Geophone Strings:
2c. Geophone strings of 12 geophones (6S2P) per
GROUND string with natural frequency of equal to or less Less than 2 X Active Channels= 0
10
than 10 Hz (new or less than three-year-old) Equal to 2 X Active Channels= 10
ELECTRONICS
6S2P = 6 IN SERIES X 2 PARALLEL

Nodal System: (Optional)


Mandatory

Smart solo, Quantum, WING or equivalent with As per Design Geometry


natural frequency of equal to or less than 10 Hz (2 times of the Active Design
(new or older less than one year) spread for 3D and 2D)

IN-FIELD PROCESSING UNIT:


Mandatory

2d. On-site processing software on dedicated


IN-FIELD workstation with complete accessories (48 CPU, One (01) Unit for each crew
PROCESSING Intel ® Xeon Gold 5118 @ 2.30 GHz each, 128 GB
RAM) or better
Mandatory

2e. RTK GPS/Survey Equipment and software (Trimble R8 or 04 GPS Units for each 2D crew and
SURVEY Leica 1230&530) equivalent or better 08 GPS Units for each 3D crew
Mandatory

2f. 03 dozers for 2D


D8 / D7 Bulldozers in good working condition
LINE CLEARANCE 05 dozers for 3D

Page 38 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Mandatory
1. Uphole Truck Mounted Uphole Drilling Rig
2g.
should have capability to drill down to 100M One (01) Unit for each crew
MISCELLANEOUS
2. One LVL complete unit

3 PROJECT TIME LINES 15


1. Within 60 days from the date of
issuance of LOA = 09
a. Complete crew mobilization for First 2. Within 90 days from the date of
9
Project for and start of recording issuance of LOA = 06
3. After 90 days from the date of
issuance of LOA = 0
Beyond 30 days from the date of
b. Complete crew mobilization and
issuance of LOA = 0
completion of basecamp construction (One 2
Within 30 days from the date of
Project to another Project)
issuance of LOA = 2
Beyond 50 days from the date of
c. Field Testing (All equipment should be clear
issuance of LOA = 0
after testing before field parameter testing) 2
Within 50 days from the date of
(One Project to another Project)
issuance of LOA = 2
Beyond 70 days from the date of
d. Start of Data Recording (One Project to issuance of LOA = 0
2
another Project) Within 70 days from the date of
issuance of LOA = 2

4 PROFESSIONALS/HUMAN RESOURCE 10
Not meeting Annexure-1 = 0
a. Total No. Of Key Professionals 2
As per Annexure-1 = 2
b. Qualification and experience of Key Not meeting Annexure-1 = 0
3
Professionals As per Annexure-1 = 3
c. Equally qualified backup and replacement of
Not meeting Annexure-1 = 0
Expat staff in case of evacuation or unavailability 5
As per Annexure-1 = 5
of NOC in Balochistan Province

5 HSSE 05
a. Compliance of HSE Requirements (Exhibit -I)   Mandatory
Less than M.Sc in Geophysics /
Geology / Petroleum /
Environmental Sciences or BE in
any discipline with 10 years of
relevant experience = 0
b. QHSE Advisor 2
M.Sc in Geophysics / Geology /
Petroleum / Environmental
Sciences or BE in any discipline
with 10 years of relevant
experience = 02
c. Availability of one Security Supervisors at
Not available = 0
each Crew (Ex-Pak Army Officers - for crew
One person throughout the 3
minimum Major rank and for office
operations = 03 
minimum Colonel rank)
TOTAL MARKS 100
Note: Fails to provide mandatory equipment may result in disqualification

Page 39 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1.1 ACQUISITION PARAMETERS DESCRIPTION:

1.1.1 2D/3D Acquisition Description:


Energy Source Dynamite
Geophone Natural Frequency 10 Hz or lower
Record Length 8 seconds
Sample Rate 2 millisecond
High cut filter (Anti-Alias filter) 0.8 Nyquist frequency linear phase
Notch filter Out
Low cut filter Out
Polarity SEG Normal
Array orientation Centre of Gravity on the station flag
Spread Type As per 3D Geometry

1.1.2 3D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station


Proposal Parameters 3A 3B 3C (Nodal) 3D (Nodal)
Receiver line orientation (degs) 123 123 123 123
Receiver station interval (m) 50 50 25 10
Channels per line 192 192 384 960
Receiver line interval (m) 300 300 300 300
Receiver line / pacth 34 34 34 34
Active Channels 6528 6528 13056 32640
Source line orientation (degs) 33 33 33 33
Shots per salvo 6 3 6 3
Source interval (m) 50 100 50 50
Source line interval (m) 300 300 300 300
Bin Size (m) 25 x 25 25 x 50 12.5*25 5*25
SP Density / Sq.km 66.7 33.3 66.7 66.7
RP Density / Sq.km 66.7 66.7 133.4 333.5
Full Fold 272 272 - -
Max offset 6968.2 6950.0 6968.2 6968.2
Patch Aspect Ratio 1.063 1.058 - -
Total Receiver Points 26680 26680 53360 133400
Total Receiver Lines 89 89 89 89
Total Source Points 26680 11985 26680 26680

Page 40 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Total Source Lines 71 71 71 71


Receiver Area 400 400 400 400
Source Area 400 400 400 400
Actual Full Fold Area 165.67 165.58 - -

1.1.3 2D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station


(Rectangular)
Proposal Parameters 2A 2B 2C (Nodal)
Receiver Interval (m) 25 25 10
Source Interval (m) 50 50 20
No of Channels 640 800 2000
Far Offset (M) 8000 10000 10000
Nominal Fold 160 200 500

1.2: MANDATORY REQUIREMENTS


A Contractor/ bidder shall be declared ineligible if it fails to meet any of the following mandatory
requirement:

(i) There are five main categories in the Technical Evaluation criteria and the bidders are required to
obtain at least 70% marks in each category and 75% or more overall. The Contractor/bidders will
be disqualified on obtaining zero (0) marks in any of the category/sub category

(ii) If the Contractor / bidder including any of its shareholders, directors, employees, partners,
associated company or affiliated company is involved in litigation with PPL or any of its joint
venture partners; or If the Contractor / bidder including any of its shareholders, directors,
employees, partners, associated company or affiliated company is blacklisted. A sworn affidavit
confirming that the Contractor/bidder is not ineligible as per the above shall be furnished to PPL

(iii) Provide satisfactory client feedback form

(iv) Contractor must share the name of their crew ready for mobilization at the time of contract

(v) Contractor to provide backup Pakistani staff in case of expats security clearance issues

(vi) Contingent 2D and 3D seismic survey are dependent to other ongoing exploration activities; in
case of confirmation, contractor should be able to start recording one of the 2D/3D survey within
90 days after issuance of LOA

(vii) Provide UNDERTAKING (To be printed on stamp paper duly notarized) at Annexure VII)

(viii) After submitting of bid proposal, bidders are prohibited to create any JV for this contract or
subletting of core work to any other companies and in any event, will always remain solely liable
to complete the work as per T&C of ITB

Page 41 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

(ix) If primary bidder has a joint venture with any other company (s) prior to the submission of bid, it
may be considered with the following;

1. JV experience will be considered for the Technical Evaluation instead of any individual
contractor/bidder

2. Bidders are advised to submit JV agreement with all terms and conditions (except financial)
along with the bid proposal

3. Neither Joint venture nor subletting of any work will be acceptable to associated/subsidiaries
of companies already involved in Hydrocarbon Exploration & Production activities in Pakistan
(x) A STRICT SCRUTINY OF PROVIDED TECHNICAL INFORMATION WILL BE CARRIED OUT AND CONTRACTOR
SHOULD PROVIDE ALL DOCUMENTARY EVIDENCES FOR ALL ABOVE REQUIREMENTS. FAILING TO MEET
REQUIREMENTS OR PROVIDE EVIDENCE WOULD RESULT IN TECHNICAL DISQUALIFICATION. MOREOVER,
ANY FALSE INFORMATION PROVIDED IN PROPOSAL WHICH COULD IMPACT THE TECHNICAL
EVALUATION, WILL RESULT IN DISQUALIFICATION AND MAY BE BLACK LISTING SUBSEQUENTLY
NOTE:

i- CONTRACTOR SHOULD BE DECLARED AS DISQUALIFIED FOR NON-COMPLIANCE AGAINST ANY OF


MANDATORY REQUIREMENTS

1.3: Client Feedback form on client company letter head with stamp (Feedback forms other than
English would not be entertained):

Page 42 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Part 2: FINANCIAL QUALIFYING CRITERIA:


Points Bidder
S.No Financial Qualifying Criteria Max Points Remarks
Scored Reference
1 Complete Set of Audited Financial Statements for last 3 years 6      
Audited financial statements for last 3 years (All three years
1.1 6  
are required)    
Non-Submission of Audited Financial statements for any or all
1.2 DQ  
of the last 3 years    
2 Firm’s annual turnover during last 3 years. 6      
2.1 Over USD: 20 million / year. (2 marks per year) 6      
Over USD: 15 million / year but less than USD 20 Million /
2.2 4.5  
Year (1.5 marks per year)    
Over USD: 10 million / year but less than USD 15 Million /
2.3 3  
Year (1 mark per year)    
2.4 USD 10 Million (or less) / year 0      
3 Current Ratio for last 3 years.  4.5      
3.1 1.5 points for ratio of 2:1 or above per year 4.5      
3.2 1.0 point for ratio of 1.5:1 or above per year 3      
3.3 0 .66 point for ratio of 1.25:1 or above per year 2      
3.4 0 .50 point for ratio of 1:1 or above per year 1.5      
3.5 Ratio of less than 1:1 in any year 0      
4 Debt / Equity Ratio for last 3 years.  4.5      
4.1 1.5 points for ratio of 40:60 or below per year. 4.5      
4.2 1 point for ratio of 50:50 or below per year. 3      
4.3 0.5 point for ratio of 60:40 or below per year. 1.5      
4.4 0 point for ratio of above 60:40 in any year 0      
Submission of Bank certificate stating average bank balance /
5 4
deposits of last 1 year      
5.1 USD 10 million or above 4      
5.2 USD 7 million or above 3      
5.3 USD 5 million or above 2      
5.4 Less than 5 Million USD monthly average during last 1 year 0      
  Total 25      
Notes:
1. Applicant who obtain minimum 60% points on Financial Evaluation Criteria will be considered for further evaluation.
2. DQ = Disqualified

Page 43 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2.1 COMMERCIAL EVALUATION CRITERIA

Financial evaluation for the Firm and contingent program will be carried out based on the
following formula. LOA will be issued for complete work program (Firm + Contingent) to the
technically responsive and cumulative Financially lowest evaluated contractor/bidder for both
cases, i.e., firm and contingent program

Total cost Firm program (Kalat 2D + Margand 2D + Musakhel 2D) + Total Cost of Contingent
program (Khuzdar 2D + Hab 3D) = Total Cost of complete work program

NOTE:
 The parameters used in this Exhibit-E, section-2 are only for financial bid evaluation. However,
this does not confine to actual quantities to be utilized during the execution of survey

 Percentages and values of different items are for evaluation purpose only and payment would be
on actual work based on actual field condition as decided by the COMPANY

 The requirements listed in the ITB are minimum requirements and contractor may offer extra
equipment during acquisition based on requirement. Failing to fulfill minimum requirements may
result in the technical disqualification of contractor/bidder

 Contingent program can be prioritized / firmed-up as and when required

 If required, company have the right to conduct an audit by visiting the contractor
warehouse/main office/running crew to assess crew capabilities and equipment health/condition
prior to award of LOA/contract

 All bidders are advised to quote mobilization separately for each block. Company will not pay any
International or cumulative mobilization. Contractor can built-in International Mobilization cost
in turnkey rates or Mobilization of each block

 All bidders are strictly advised to quote all rates inclusive of all taxes

 Technical quotation should be accompanied with a Bid Bond / Pay-Order of fixed amount USD
300,000/- or equivalent payable to Pakistan Petroleum Limited, as per attached format from a
scheduled bank in Pakistan valid for 90 days, otherwise bid will not be considered

 Technically responsive and financially lower bidder will be advised to furnish the Performance
bond of fixed amount USD 2,000,000 or equivalent payable to Pakistan Petroleum Limited within
six (06) weeks from the date of issuance of LOA

Page 44 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 If lowest bidder fails to comply the terms and conditions of the ITB, before or after the issuance
of LOA or contract, company will have right to rescind the award the contract to that bibber and
may award it to second lowest bidder for timely execution of the work

2.2 COST EVALUATION:

2.2.1 Hab 3D: (100% Dynamite)


For Hab 3D surveys, technical/Commercial proposals should cover acquisition parameter options 3A,
3B, 3C and 3D given inAcquisition parameter description.
However, for commercial evaluation purpose option-3A with 20M hole depth and 5 Kg charge shall be
considered.

2.2.2 Kalat, Margand, Musakhel and Khuzdar 2D: (100% Dynamite)


For Kalat, Margand, Musakhel and Khuzdar2D surveys, technical/Commercial proposals should cover
acquisition parameter options 2A, 2B and 2C given inAcquisition parameter description.
However, for commercial evaluation purpose option-2B with 24M hole depth and 6 Kg charge shall be
considered.

2.3 FINANCIAL EVALUATION PARAMETERS:

Table No: 0001


Financial Evaluation Criteria for Hab 3D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:3A)
5 400 Sq. Kms
20M hole depth and 5 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 400 Sq. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0002


Financial Evaluation Criteria for Kalat and Margand 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Page 45 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Turnkey Rates (OPTION:2B)


5 520 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 520 L. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0003


Financial Evaluation Criteria for Musakhel 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:2B)
5 400 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 400 L. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0004


Financial Evaluation Criteria for Khuzdar 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:2B)
5 100 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 100 L. Kms
10 Additional Vehicles 1200 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 5 Months
TOTAL ESTMATED COST
Page 46 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

ASSUMPTIONS FOR 3D/2D:


1 SPREAD: AS PER DESIGN SPECIFICATIONS
2 FIELD EXPERIMENTS WILL BE PRIMARILY FOR SOURCE PARAMETER TESTING
3 STAND-BY TIME ESTIMATE = 60 HOURS
4 UPHOLES AT APPROXIMATELY 100 LOCATIONS WITH LOGGED DEPTH OF 60M
5 LVL REFRACTION SHOOTING AT 100 POINTS
6 SECURITY COSTS REIMBURSIBLE WITH APPROVAL OF PPL
7 ACCOMMODATION IN EXCESS OF 5 COMPANY PERSONNEL FOR 100 MAN-DAYS (SR.)
8 APPROXIMATE SECURITY COST WILL BE USD 300,000 /MONTH FOR EVALUATION PRUPOSE
9 For additional vehicles rates of double cabin above 2005 Model will be evaluated

Page 47 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – F
SCHEDULE OF RATES

1 GENERAL

All rates should be quoted on a production basis of seismic data and infield processing through a
sequence which includes pre-stack time migration. The turnkey rate for seismic data acquisition
should be quoted for the seismic program. Provisions for weather downtime, lump sum
mobilization and lump sum demobilization should also be included. Additionally, a rate quoted on
an hourly basis should be provided and will apply during testing or when Contractor is unable to
work due to circumstances under the Company's control. Only one rate can be charged for any
specific period or specific data acquisition and in-field processing.

All fees quoted in Exhibit F are inclusive of all required taxes, duties, levies and permitting etc.

2 FEES

Definitions
2.1.1 Invoice-able Seismic Coverage
Invoiceable seismic coverage will be per source point recorded with full number
of channels of the survey area and processed through a sequence which includes
pre-stack time migration for 2D and Post Stack Time Migration for 3D.

Total numberofsourcepoints
3 DSurfaceCoverage=
SourcedensityperSq . Km

Tota l numberofsourcepoints
2 DSurfaceCoverage=
SourcedensityperL . Km

2.1.2 Reimbursable Items and Rates


Contractor should refer to section 2.6 option 2 of this Exhibit.

2.1.3 Currency for Quotation and Payments


All prices shall be firm and definitive for the duration of the contract, prices should be quoted
in US Dollars and would be payable in 100% Pak Rupees at the inter-bank rate on the date of
undisputed invoice. All payments shall be due and made net thirty (30) days from the date of
receipt of the Contractor's invoice at Company's office in Karachi.
2.2 Mobilization / Demobilization Rates
2.2.1 Mobilization
To cover expenses arising from the mobilization for the field unit being supplied
by the Contractor to the survey area.
The following lump sum will be applied:

Page 48 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

US$ _______ lump sum

The Mobilization fee as outlined in Exhibit F will be paid upon completion of


setting up the Crew and after the first acceptable recorded production data
record as outlined in Exhibit G for test and quality control.

2.2.2 Demobilization
To cover expenses arising from the demobilization of the field unit provided by
Contractor.

The following lump sum will be applied:

US$ _________ lump sum

For financial evaluation of bids, one mobilization and demobilization will be considered.

2.3 Turnkey Rates

2.3.1 Hab 3D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E

Rates for Dynamite (US$/Sq.km)


No. of Holes HOLE DEPTH (M)
3A 3B 3C (Nodal) 3D (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.3.2 KALAT AND MARGAND 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E

HOLE DEPTH Rates for Dynamite (US$/L.km)


No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
Page 49 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

12 1.8

2.3.3 MUSAKHEL 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E

HOLE DEPTH Rates for Dynamite (US$/L.km)


No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.3.4 KHUZDAR 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E

HOLE DEPTH Rates for Dynamite (US$/L.km)


No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.4 Hourly Rates


Hourly Rates are applicable when the Crew is recording tests at Company's request
provided if the test program is not covered by turnkey rate and hourly rate shall include
all time for travel to and from the test site and time to lay out and pick up recording
spread, if necessary, all operational costs i.e. fuel, survey supplies, explosives (dynamite
and detonators), recording supplies, magnetic tapes, etc. No additional costs will be
accepted as fees for compensation of the Hourly Rate.
Page 50 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

The fees quoted refer to the all options of acquisition parameters described in Exhibit C.

Hourly Rate in US$ ___________. /hour


2.5 Stand-by
Any optional activity outside the normal work of the Crew as defined in Exhibit C.
When agreed to in writing by both parties, the Stand-by Rate shall apply for situations
outside Contractor's control.

3.5.1 Stand-by Rate

Stand-by rate or pro rate thereof, shall be payable at the agreed rate by company
if the Contractor shall always use his best endeavor to minimize chargeable time
to Company.

US$ ______ per hour


Standby Rate will be applicable if any or a combination of the following
conditions occurs.

a) When Contractor's Crew and equipment is mobilized in the survey area and is
waiting on Company's authorization for the execution of the survey.

b) When the Contractor is unable to move between the base camp or the fly camp
and the work site due to deteriorating law and order situation, or if the
movement of the Contractor's personnel and equipment is prevented in the
program area but not related to land permitting.

c) Company caused delay in seismic data recording, including lack of Company


instructions regarding program.

d) Adverse weather conditions such as rain, storms, wet ground, which do not allow
seismic data recording or result in deterioration of data quality.

e) A maximum of five (5) days - (60 hours) standby due to weather, security and
gazetted/Public Holidays would be allowed during this seismic survey. All these
Conditions will be approved by the Client Representative either to start or
continue the operations. Also, the contractor must seek permission by the
company to stop work on Gazetted / Public holidays

f) Recording standby will be considered only when spread clearance tests have
been completed and spread is ready for shooting.

The Stand-by charges shall not apply prior to Company's acceptance of the crew and
contractor's demonstration of full compliance with the quality control specifications
herein. The Standby Rate shall not be applicable prior to commencement of seismic data
recording. The Standby Rate shall not apply during any period when delay is caused by
something for which Contractor is responsible. Chargeable standby time shall be limited
to twelve (12) hours per calendar day

Note: No stand by will be applicable prior to commencement of recording of first


production shot. Maximum chargeable standby allowed in project duration is 5 days

Page 51 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

(60 hrs.). Further, no standby would apply during the time when the extended shooting
hours are allowed to the contractor by the COMPANY.
                    
        In case, some part of the crew remains stand-by due to any of the above-mentioned
reasons following proportion of stand-by rates of the whole crew will be Implemented:

Survey 15% of stand-by rates


Drilling and Loading 35% of stand-by rates
Recording: 50% of stand- by rates

2.6 Permitting/ Land Damage Compensation


The Contractor will be responsible for obtaining all permits from land owners prior to
start surveying for Seismic Data Acquisition Program areas and pay all cost incurred for
permitting, land surface and sub-surface (shot holes) damage caused by Seismic Data
Acquisition and negligent damage caused by Contractor. Two options should be quoted
for land surface and sub-surface damage compensation fee.

Turnkey rates per L. km surface coverage of 2D Seismic data acquisition and per Sq.km
for 3D seismic data acquisition for permitting, land surface and sub-surface (shot holes
point) damage compensation irrespective of the actual permitting, land surface and sub-
surface damage costs incurred to the contractor should be quoted.

Turnkey Rate per L.km for Permitting and Land Damage Compensation, in US$
___________/L.km

Turnkey Rate per Sq.km for Permitting and Land Damage Compensation, in US$
___________/Sq.km

2.7 Up-hole Logging Rates


Rates for up-hole logging cover drilling, recording, interpretation and reporting of deep
up-holes, and are inclusive of all materials, resources and time consumed in the effort.
No additional costs will be accepted as fees for up-hole logging.

Up-hole Logging Rate per meter logged, in US$ ___________/meter

2.8 LVL Refraction Shooting Rates


Rates for LVL refraction shooting cover shooting, recording, interpretation and reporting
of LVLs and are inclusive of all materials, resources and time consumed in the effort. No
additional costs will be accepted as fees for LVL (Weathering Zone) refraction data
acquisition.

LVL Refraction Shooting Rate per point, in US$ ___________/point


2.9 Accommodation charges
Accommodation/meal charges for Company staff over and above the five (5)
representatives.

Senior Staff $ US _________ per day


Junior Staff $ US _________ per day

2.10 Rates for additional vehicles

Page 52 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Contractor may be required to arrange additional vehicles for security escort and/or
client use:
a) Single Cabin - $ US _________ per day per vehicle
b) Double Cabin - $ US _________ per day per vehicle
c) 2.5 Ton Vehicle $ US _________ per day per vehicle
d) Water Bowser $ US _________ per day per vehicle
e) Ambulance - $ US _________ per day per vehicle

The rate quoted shall include cost of maintenance (replacement of oil/ fuel filter etc) and
minor repair.

2.11 Fuel for Additional Vehicles:


Contractor will be responsible to arrange fuel for the additional vehicles. Cost of fuel shall
be reimbursed for actual consumption on actual rates handling charges, if any.

2.12 Partial completed work


In case, the survey is terminated prematurely due to some reasons beyond the control of
contractor and the Company, then the percentage of turnkey rate will be charged only
for the work completed including survey, line clearance and drilling/ loading of shot holes
as follows:

a) ------% of turnkey rate for survey.


b) ------- % of turnkey rate for line clearance / dozing.
c) ------- % of turnkey rate for line layout
d) ------- % of turnkey rate for shot hole drilling and dynamite loading, if applicable.

This clause would not apply on the temporary suspension of crew operations or before
recording of first acceptable production shot. In that case no compensation would be paid.

2.13 Security Charges


Contractor shall be responsible to arrange field security personnel to ensure security of
its employees, equipment, consumables and company representatives.

Company shall assist the contractor to hire security force (Frontier Corps., Balochistan
Constabulary, police, local guards, etc.) for the survey. Contract for hiring of security
force will be executed by the seismic contractor on behalf of Company after approval of
the terms and conditions by the Company. However, all invoices raised under the
security contract will be reimbursed at actual. Contractor shall coordinate and ensure
implementation of security plan for field operations, including security of the camp, with
the security forces to ensure smooth operations.

2.14 Volume Discount

If seismic program given in Exhibit-B is increased, please quote the volume discount as
per following break-up

Volume range (3D) Discount (%)


400-450 sq.km
450-500 sq.km
over 500 sq.km

Page 53 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Volume range (2D) Discount (%)


900-1200 L.km
1200-1500 L.km
over 1500 L.km

EXHIBIT – G
TESTS AND QUALITY CONTROL

1. GENERAL REQUIREMENTS

All operations carried out during the project will conform to the technical and operational specifications and
Acquisition quality control criteria set forth in the bid invitation document. However, during the program, it is
intended to monitor and assess any deviations and proposed modifications to the quality control criteria. An
evaluation of these criteria shall be made to determine whether practical adjustments can be incorporated to
the Acquisition quality control during the Work.

Any deviations or modifications to the bid invitation document requested by contractor must be documented
and approved by the Company. All specified quality control and specifications as out lined in this Exhibit shall
be integrated and adapted where logical and practical to the operational environment.

All the equipment mobilization and audit must be completed before parameter testing. Parameter testing is
subject to presence and clearance of all required equipment through audit by the COMPANY.

2. SYSTEM SYNCHRONIZATION

The electronic program for the Seismic system shall control the synchronization of all other systems such as
energy source and all other associated logging and monitoring systems being recorded during the Acquisition
cycle.

In the case of the recording system being remote from the energy source, the integrity of the Data link
communication must be maintained within the operational range of the systems. Loss of communication due
to system failure, static or other interference causing loss of Data transmission will constitute a misfire as
described in Section 8 below.

Synchronization of the recording system for Dynamite shooting will be controlled by the radio shooting system.
The transmitted time break will be synchronized to the recording within 0-250 milliseconds. Prior to the start of
recording operations and when blasters and radio controlled shooting systems are repaired and replaced, a full
systems synchronization test will be carried out in accordance to system operational performance tests.

Page 54 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

3. GENERAL NOISE SPECIFICATIONS

5.1 3.1 Noise Spread

Noise specifications as outlined in this section are set as guidelines. Noise levels should be evaluated by
establishing a comparison between recorded signal levels at the zones of interest to background (ambient)
and interference noises (wind, vehicles, oil well facilities, etc.). The Company Representative will be
responsible for establishing noise specifications based on fixed gain monitors to maintain a signal to noise
ratio of 1.5:1 or better throughout the operational area.

A fixed gain monitor of the spread noise recorded (in Instantaneous floating point [IFP] if 24 bit system) will
be made on the field tape and displayed on a paper monitor prior to the start of any production line, prior
to the start of shooting after each recorder move-up, at the start of a new day and at any time requested
by Company Representative. The paper records will be identified as a "spread noise recording" with the
date and time, the fixed gain the general weather state (i.e. raining, windy, other) noted and will be filed
with the monitor records for that line.

The spread noise record will be made with the normal recording filters and recording settings. A record
will be made with all channels analyzed by the Seismic Q.C. system.

Spread noise is quoted in milli volts RMS and is defined as the noise at the amplifier input .

Company Representative will determine spread noise based on fixed gain monitors to keep a signal to
noise ratio of 1.5:1 or better and will rely on field processing results to confirm or modify the specifications.

Acceptable noise levels are expected to be in the levels of 80 to 100  volts or equivalent to 73 DB down
from converter full scale dependent on gain constant applied. For random short periods up to 130  volts
can be tolerated. Noise strip in recorder will be generated after every 15 minutes.

3.1.1 Coherent Noise for Split Spread


Move-out Over 1 km Max.
Move-out Over 1 km Max. Acceptable level
Less than 100 millisecond 80  volts
100 - 250 millisecond 100  volts
250 - 500 millisecond 130  volts
Greater than 500 millisecond 150  volts

3.1.2 Random Noise


Maximum acceptable level 80 to 100  volts

The above figures may be adjusted in accordance to the pre-amplifier gain constant. For areas with high
ambient noise levels, acceptable noise levels should be selected by evaluating the signal to noise ratio with
an in-field processing system. Checks should be made on a regular basis with the in-field quality control
system to evaluate acceptable ambient noise levels so expediency can be exercised in the field so not to
continually interrupt operations.

A system's reference signal of appropriate amplitude should be made available on the field records to
directly cross reference to the noise levels.
3.1.3 Sensor Parameters for Recording

Resistance: 410 – 490 Ohm for 2 geophone strings per group (depending upon the
sensor type/manufacturer specifications.)

Page 55 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Leakage:Minimum 2 Mega Ohm


Tilt: +/- 5 %
AGC Gain & WZ velocity: to be selected by PPL representative at the filed

Note: No filter or specification will be applied until client written approval. Deviation from specified
parameters will not be allowed.

4. CABLES AND GROUPS

Contractor will continually check, monitor and log the spread for noise and faulty groups.

All significantly noise, open circuit (dead) traces, and traces with low response, should be investigated and
repaired in an expedient period. All faulty traces, as above, will be documented on the observer's logs and
quality control report log, if in use.

At no time will the start of the day's recording commence when the full recording spread is not to operational
specifications. The Company Representative has the authority to suspend, at any time, recording operations, if
the recording spread does not meet the operational specifications as outline in this Exhibit G.

During operations, if for any reason, the cable(s) have to be moved from their original position, then the new
location of each receiver station will be re-surveyed (RTK) and documented, date and time for the change of
location is required if the receiver locations were moved during a recording cycle (the period when Data is
recorded over the full stacked spread).

For roll-along recording, the Contractor will endeavor to ensure that there will be no defective groups when the
cable(s) are deployed. The operators are required to quality control the spread ahead of the recording.

Receivers

The contractor is to ensure that individual geophones will be securely planted vertically and will endeavor to
push the case well into the ground wherever possible. In the case where wind noise will seriously affect the
signal to noise ratio, then the geophones will be buried below the ground surface to reduce the effects of the
wind on the geophone elements. Where ground conditions do not permit the burying of the geophones, and
spread noise is outside normal acceptable standards, then the Company Representative must be informed of
the situation. Shot records having consecutive dead/faulty channels would be rejected, unless specified by
Client Representative.

Receiver offset is not allowed until written approval from the company representative.

All receiver elements will be placed along the line so the cabling will not be entangled in the line cables or on
any of the surrounding vegetation or other objects.

The geophone cabling should be deployed along the ground so there is no tension forced on the geophone case
to cause it to be not dislodged from its seat nor cause any vibration along its cable to the element due to
movement cause by wind.

All geophone elements will be placed in the ground at the correct spacing to ensure that the array is equally set
across the station center. A metry should be used to ensure correct spacing between geophones.

5. SEISMIC SOURCE (Explosives)

Depth of the charge will be carefully measured with a calibrated loading pole and reported just after
loading on the loader's log. Charge size and depth should also be marked and left at each individual shot
point.

Page 56 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

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

All loaded charges will be securely tamped with sufficient gravel so that the energy from the detonation is
contained in the ground. Shot point blowouts are unacceptable.

Any charges that are loaded shallower than the required depth must be reported to the field supervisor
and the Company Representative.

The Company Representative and field supervisor will assess the shallow charge situation and exercise the
correct procedures to detonate the charge as a production shot point or otherwise and where required
have the shot point re-drilled and reloaded.

In the event where shot point positions must be re-located to avoid obstructions then the specifications in
Exhibit G-5 shall be applied.

All shot point(s) shot-hole positions will be verified to DGPS Data acquired during Acquisition. The in-field
processed data will be the final post survey shot point position. However, contractor will provide both pre-
and post-drill SPS (both in UTM and Lat. / Long format). Shooter must be equipped with GPS system to
ensure correct SP to be detonated. Detonated SP will be monitored on daily basis to ensure correct
sequence of SP detonated and recorded and to avoid any kind of charged shot hole to be skipped in the
survey area due to high source density per square kilometer.

All the workers engaged in loading and unloading or conveying explosive must be trained in the proper
means for handling the explosives, the hazards of fire and the procedures to be followed in the event of a
fire or explosion. They must be trained to carry out the normal tasks and have the requisite knowledge to
take quick and good decisions in the emergency.

It is mandatory to arrange explosive company trainer to deliver the training sessions at crew level for
explosive handling certification before the start of seismic operations.

6. RECORDING

Monitor Records

Multi-channel paper monitors to be made for every shot point. Each monitor will be annotated to show line
number shot point number etc. and verified by signature of the person who assessed the record quality as it
was produced.

Shot instant (T.B.), timing signal, 10 Hz timing line display, 100 Hz timing reference signal, a calibrated oscillator
reference signal (for noise amplitude comparisons) and the Seismic detector groups will all be displayed.

The timing lines and timing reference signal should not deviate by more than 2 millisecond over the full length
of the record period.

The confirmation time break and the Up-Hole time will be recorded and displayed on auxiliary channels. Up-
Hole time will directly be recorded in SPS files and manual editing for up-hole time in SPS will strictly be
discouraged.
Magnetic Recording Tapes

All Seismic and positioning Data will be recorded on new certified magnetic tapes of a manufacturer and brand
acceptable to Company (e.g. IBM 3592/3590/3490 or LTO-5) with standard length.

Proper precautions will be observed in recording, sealing, storing and transporting both new, recorded and tape
copies.

Page 57 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Contractor will ensure in accordance to the manufacturers specifications and warranties, that all tapes
prepared by Contractor in performance of the Work and/or services under this Contract shall be of such quality
that, on the basis of normal wear and tear and proper storage, Company is able to use such tapes for the period
as guaranteed by the manufacture. Contractor will endeavor to use tapes that have a life warranty of seven (7)
to ten (10) years.

Cartridge labels will be labeled with Company's name, Contractor's name, Crew name, and/or Crew number,
prospect area, tape number, calendar date, swath number, file numbers, shot point numbers, sample rate and
record length.

In the case where tape copying is performed in-field, Contractor shall use tapes from two different brands or
two different vintages of the same brand for each copy.

Tape cartridges will be numbered consecutively, with proper identification distinguishing field Data tapes from
copy tapes.

7. Polarity

Magnetic tape recording, read-after-write, or playback monitor polarity will be to normal SEG convention.

Polarity will be checked prior to start of survey and whenever cable sections are replaced, repaired and when
there is a change in signal routing.

Contractor shall confirm and document the system polarity. The overall system polarity should be such that a
downward motion of the geophones case results in a positive number being written on tape. It shall be
responsibility of Contractor to provide a “scribe” tape which can be read by the recording system and
reproduced on the display device. This “scribe” tape shall have pulses on all channels including auxiliaries, of
known polarity and shall be used to demonstrate the polarity of the display system.

The purpose of this demonstration is to provide a basis from which to evaluate the polarity of the recording
system.

8. DEFECTIVE GROUPS

A Seismic group will be considered defective if:


 Systems noise, including all wiring and jumper cables from the spread input to tape recorders exceed
manufacturer's specifications when all normal machinery is operating during a recording cycle.
 It is dead, intermittent or more than 3 DB down relative to the sensitivity of contiguous groups when noise
levels on these groups meet the specifications as outlined in Section 3 above.
 The signal content does not conform or is dissimilar in any way to the character of contiguous groups.
 The random noise on any group does not meet the specifications as outlined in Section 3 above, or noise
bursts exceed 200 volts peak to peak and/or with a repetition rate less than 600 millisecond.
 Noise levels on the geophones indicate that the element(s) are not correctly planted.
 It is distorted or has a phase shift of more than +1 millisecond.
 Polarity is reversed.
 It exhibits electrical leakage or the cable insulation between pairs and from ground is less than specified.
9. MISFIRES

A misfire is any Seismic record not correctly recorded, or not recorded to the magnetic medium, or is not
useable.

The following are examples that constitute a misfire:


 Loss of magnetic recording.
 Loss of time break.
 Time break is not correctly synchronized to the system cycle delay time.
 Shot pattern does not detonate (Dynamite shot-point).

Page 58 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Partially detonates resulting in unacceptable Data quality.


 Loss of recording of positioning Data.
 Recorded shot having data length less than 6 sec
All such shot holes would be re-drilled and recorded again.

10. WORK NOT TO COMMENCE OR TO BE INTERRUPTED

Recording will not commence or will be interrupted when any of the following conditions occur:
 The recording system does not meet the manufactures daily test specifications.
 Data signal polarity not in accordance with specifications.
 Cable noise recording has not been made.
 Multi-channel monitor malfunction. However, recording may continue with Company Representative's
approval, if Contractor can later playback the missed records and demonstrate acceptable Data quality.
Any re-shoots for unacceptable Data under these circumstances would be at Contractor's expense.
 Random noise throughout the spread exceeds specifications or noise bursts exceed 200  volts peak to
peak, or external coherent noise which will be detrimental to the Data quality. In either case, the Company
Representative will be required to make an assessment prior to continuation of operations.
 Minimum of two tape cartridge drives is not operational. Company Representative may relax this.
 2% or more traces defective, or 2 or more adjacent traces or more than 2 traces in any selected group of 50
traces.
 Loss of recorded up-hole time for more than 3 consecutive shot points.
 Recording will not continue when any of the conditions outline in Section 8 of this Exhibit occur.
In addition, the provisions of Section 10 of this Exhibit will apply.
11. RE-SHOOTING
The following conditions will constitute reasons for any required re-shoots:

 If the interruption or reshoot is for reasons whereby the Contractor is accountable, the reshoot, including
any required overlap, is for Contractor's account.
 The amount of overlap and the portion of line to be re-shot shall be approved by the Company
Representative:
 No miss-fire would be allowed. All lost VP/shot points / miss-fires would be reverberate / re-drilled / re
shoot

12. EQUIPMENT TESTS


Contractor will have all manufacturer instrument tests and procedure manuals available for inspection by
Company Representative(s) on the Crew and with the recording unit. Details of the complete test schedule for
daily and monthly test shall be detailed in the Bid Proposal. All procedures and test specifications will be
included in this Exhibit and become part of the Contract.

INSTRUMENTS TEST SCHEDULE


Before Start of Survey
A full system and equipment audit will be conducted by the Company in conjunction with the Contractor prior
to the Commencement of the Survey. Recording system performance tests will also be conducted at least
every month and at the end of survey thereafter by Contractor in accordance with the instrument
manufacturer's manuals and in accordance with Company's specified test procedures. Tests will be made using
filter settings, and sample rates used in production. The survey will not continue if the instrument tests do not
conform to manufacturer's specifications.
Following will be performed prior start of seismic survey.

 Geophone strings Leakage test


 Crosstalk, CMRR, Noise, Gain error, Phase Error, Distortion, instrument
 Resistance (FDU), calibration, transmission.

Page 59 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Internal ADC, line ports leakage test, self-tests for all LAUL and LAUX
 Geophones SMT tests (DC resistance, Natural frequency, distortion, damping, impedance, polarity and
sensitivity)
 Central Module acceptance test
 FDU acceptance test
 Recording polarity (Tap) test
 Shot-Pro controller / blaster test
 Each geophone string should be individually identified / numbered
 Recorder Acceptance Test
All geophones strings should be inspected for wiring defects and proper construction then tested for leakage,
resistance, sensitivity and proper polarity. Geophone strings should be tested using Sensor SMT-300, or above
system after being planted and allowed to rest /sleep for 24 hours. Please ensure good condition geophone
strings (without cut / repairing as per group interval) are being used.

The geophone sand plant should not be inside the cable shop, near to mechanical shop or generator. Any kind
of activity like vehicle movement, generator or mechanical work will not allowed sleeping properly to
geophones. In this condition SMT test results will not be satisfactory.

All the geophone strings will be tested against their individually identified number and the results of these pre-
survey checks will be submitted to PPL QC /representative. The tolerance for each string will be +/- 05% relative
to the reference string or manufacturer specifications.

Cables being used for survey should be free of any cut / surface damaged.

Crew should have sufficient number of grip meters and line testers.

All the cables and geophones strings picked up by Back Cable Crew should be brought back to base camp for
leakage and SMT test. Physical inspection for wiring defects and plus should be conducted for all cables and
geophones.  Leakage test @ 20 mega ohms in the base will be performed for all geophone strings and SMT test
will be conducted for geophone strings. The tolerance level should be according to above paragraph.

All equipment must meet manufacturer’s specifications at all times during the recording (Manuals and
specifications of all equipment should be available at the crew in English version) except when modifications as
required by PPL Representative impose different specifications. The Crew should have on site adequate spares,
supplies tools, and, in practical, the technical expertise to maintain all equipment to manufacturer’s
specifications at all times.

Each channel must have identical response, with in manufacturer’s tolerance, a vertical unit impulse;

Front crew will not be allowed to use any cable or geophone string directly from the field or back crew.

Detail list of equipment (with manufacturing date/ import date in Pakistan) and key personals which crew is
using for any project will be submitted before mobilization of crew.

Contractor will send the instrument test tape to a processing center for computer evaluation as rapidly as
possible or will be evaluated in the field if possible. The computer center evaluation will be made available to
Company Representative and one copy of the test tape will be sent to Company's office in Karachi for further
evaluation.

The daily and monthly instrument tests shall include but not be limited to the following:

Daily Instrument Tests

Daily instrument test as recommended by the manufacturer will ensure the instruments remain correctly
calibrated. These tests will conform to the schedule as defined herein. If more than one tape transport is being
used, comparison play back shall be made between transports i.e. Data from "A" to be played back on "B".

Page 60 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Company Representative will approve the set of daily instrument test records. These tests will be recorded on
the field tapes ahead of the Seismic Data.

Monthly Instrument Tests

In addition to the start-up test, a comprehensive set of tests will be conducted monthly and at any time after
the system has been shut down for repairs. These tests will be conducted in accordance to the schedules that
will be supplied on the Crew.

A copy of the monthly test tapes and the results of these tests will be submitted to Company.

Receiver Array

Before the Start of Operations

All the geophone strings will be checked against their individually identified number for resistance, sensitivity,
leakage and polarity using a diagnostic unit available on the Crew (i.e. Cable Tester, Geophone Tester SMT-300).
The tests will be undertaken using a new geophone string as reference, and this same string will be kept as
reference for the duration of the operations. All the geophone strings will be individually identified (numbered)
and the results of these pre-survey checks will be submitted to Company Representative. The tolerance for
each string will be +/- 5% relative to the reference stringor manufacturer specifications.

All geophones strings should be inspected for wiring defects and proper construction then tested for leakage,
resistance, sensitivity and proper polarity. Geophone strings should be tested using Sensor SMT-300, or
above system after being planted and allowed to rest /sleep for 24 hours.

During the Operations

The field Crew will apply systematic procedures for control and maintenance of the cable and detectors and will
issue a written report of these tests, the tolerance of +/- 5% related to the reference geophone strings will be
maintained; should repairs be performed on the equipment, correct polarity will be verified after repair.
Contractor will perform continuous testing of geophone strings on a rotational basis such as each string is
tested every month. During layout contractor would check every string after layout with Grip Meter.
Leakage
The leakage performance test at base camp will be better than 20 mega ohm.

All receivers tested at the start of the operations and subsequently during the operations will meet the
specification, if they do not, then the station will be considered non-operative. During field checks, a group
with a leakage less than 2 mega ohm shall be noted in the observer's log and the observer will locate and
eliminate the source of leakage.

All receivers and cables that are rejected for leakage will be repaired to meet the leakage specifications. All
repairs to equipment will be documented and meet the approval of the Company Representative before being
returned to the field.

Leakage test will be undertaken before SMT test. For leakage test it is necessary to dip the strings for one
minute in water tub. SMT test will be conducted by burying the geophone strings in wet sand for at least 24
hours and there should be no vehicles, generators etc. in the vicinity of SMT test area.

The geophone sand plant should not be inside the cable shop, near to mechanical shop or generator. Any kind
of activity like vehicle movement, generator or mechanical work will not allow sleeping properly to geophones.
In this condition SMT test results will not be acceptable. 

All the cables and geophones strings picked up by Back Cable Crew should be brought back to base camp for
leakage and SMT test. Physical inspection for wiring defects and plus should be conducted for all cables and
geophones. Leakage test @ 20 mega ohms in the base will be performed for all geophone strings and SMT test

Page 61 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

will be conducted. The tolerance level should be according to above paragraph. Front crew is not allowed to
use any cable or geophone string directly from the field or back crew.

13. COVERAGE

The surveyed shot point and receiver co-ordinates should be available within 24 hours after recording. In case
receiver or shot points position have to be moved to avoid obstacles (e.g. gas facilities, villages, farms),
compensation shots should be scheduled wherever possible.

The tolerance for the coverage specifications is as follows:

 No missing traces are acceptable during the survey.

14. GPS POSITIONING

Contractor shall ensure that an adequate network of reliable benchmarks is located within the survey area to
allow for Differential Global Positioning System ("DGPS") surveying. The Contractor shall include in its Bid
Proposal the type of equipment and number of personnel to be employed on the survey crews.

Page 62 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT-H

COMMUNICATIONS AND REPORTS

1. COMMUNICATION

Contractor to specify type of communication systems to be used between:


 Field Base Camp and Karachi based Contractor's representative.
 Field Base Camp and Field Units.
 Field Base Camp and Company offices at Karachi/Islamabad.
 Karachi based Contractor's representative and Company offices at Karachi/Islamabad.

2. OBSERVER'S REPORTS

Contractor will supply with the magnetic field Data tapes of each recorded Seismic line, complete information
required to process the Data, including such Data as cable and source position, geometry with respect to the
types of energy source used, all Up-Hole times and correct charge depths and size of explosives being used.

3. DOCUMENTS TO BE PROVIDED BY CONTRACTOR

All basic Data, such as surveying and positioning Data, Seismic monitor records, noise records, digital Seismic
Data tape cartridges, calculation sheets, operational logs, digital observer reports, and any other reports will be
delivered to Company or any other contractor named by Company after the completion of each line.
Contractor will ensure that every missed shot or misfire is properly reported on the observer's and positioning
logs.

All documents related to quality control displays will be delivered to Company after completion of each line.

Contractor will provide the following documents and information before starting the survey.
Maps and documents Showing:
 The location of all control stations proposed for the DGPS network, including the area and range of
coverage for the prospect area.
 Details of software with "input-output" options and format of the positioning and survey processed tapes
(field tape and post-plotted tape).
 The proposed configuration for the Quality Control of positioning systems before and during operations.
Provided to Company Representative before starting the survey
 Coordinates of extremities of lines and reference points.
 Computed length of the Seismic lines.
 Length of the positioning systems baselines.
 Calibration descriptions for the base including location of stations.
 Computed distances to reference point defined above.
Contractor will ensure that the Company Representative is present when all software Parameters are setup for
the survey, positioning and recording. Hard copies and where available tape copies of all Parameters and
setting will be made available to Company Representative before commencement of each phase of the
projects.

4. PERIODIC REPORTS

Contractor shall maintain complete and accurate records of all operations conducted hereunder and shall provide Company
with daily, weekly, monthly and final reports.

Page 63 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Daily Report
A daily faxed or electronic mailed file transfer report will be submitted of the project progress including
monthly cumulative production figures. The daily report will also include HSE activities together with any other
information pertinent to the field operations. Such reports shall commence at beginning of the Advanced Party
and shall be submitted daily to Company for the full period of the project. Company'' Representative shall
review and approve all reports from Contractor to Company prior to their transmittal.
Weekly Reports
The weekly reports shall cover a week starting on Monday 00h00 and ending on Sunday 24h00. These reports
shall present the progress of the difference field units; Line clearing, Surveying, Drilling, dozing and Recording
(in shot points and kilometers), including the reasons for standby and/or lines interruptions, Data quality, DGPS
reference and monitor stations utilized and comments about any RF link problems. Safety drills, meetings,
incidents and accidents, environmental items such as notice of pre-existing adverse environmental conditions
should be documented.

The number of Contractor's personnel on the Crew should be reported. During the mobilization and
demobilization periods, a weekly report will be submitted as well.

The contractor shall provide the following with each weekly report or as advised by client:
 The original field Data of all recording on 3490 or 3590/3592 cartridges in SEG-D format.
 Four copies of all recording on 3590/3592 cartridges in SEGD format.
 A fifth copy of all recording on External Hard Disk in SEG D format
 Total five data sets will be provided with all supporting documents and digital data sets.

Monthly Reports
The monthly reports shall cover a month starting on first calendar day after mobilization and ending on last
calendar day before demobilization. These reports shall be written with the same format as the weekly reports.
However, statistical information such as production histograms, time charts, (cost per kilometer estimates),
consumables and cost estimates for Company account, safety and environmental statistics will be included.
Both Contractor's and Company Representative will sign monthly reports.

Unresolved issues need to be clearly indicated in the monthly reports.


Final Reports
On completion of the project, a final report giving a complete account of the survey and technical Parameters,
including full HSE reporting, shall be supplied with 2 copies by the Contractor for each of the surveys, within 6
weeks after the date of completion of the project. The report will be in English. In case of delay Company may
withhold payment of any remaining invoices until the effective date of receipt of satisfactory final reports.

On completion of processing all the positioning and survey Contractor will deliver Data, including all the
recorded Data and any additional records, to Company.

One (1) film and two (2) prints of the final shot point location map for each of the 2D/3D seismic data
acquisition survey will be provided to Company, indicating scale (to be decided), cultural features such as
known hazards, environmental sensitive areas, military testing areas, facilities, habitats and geographical
obstructions should be included.

At the end of project all positioning and survey logs will be provided to Company including but not limited to:
 All Data on calibration, equipment settings and multi-line fixes, made for calibration purposes.
 Occurrence of system malfunction, downtime and the reasons for it.
 Any adjustments made to the equipment during the survey.
 All Data and calculations pertaining to the setting of secondary control points and surveyed tie stations.
Station descriptions and photographs of location should also be provided.

Page 64 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Within 6 weeks of the completion of the survey, a comprehensive survey report containing the main relevant
information and all basic survey Data and geodetic information on which the calculations are made, shall be
delivered to Company. This report will also include a description of the monitor base-stations and
configuration. All required documents should be date and the prospect area noted.

Page 65 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT- I

HEALTH SAFETY AND ENVIRONMENT REQUIREMENTS

1. INTRODUCTION
This document is being issued with the Letter of Invitation to Tender and Contract Document for Seismic Operation.
It sets out the requirements for Health, Safety and Environment (HSE) that the bidders are expected to meet and
the final contract awardee is expected to implement as a minimum acceptable standard during the execution of the
survey.
1.1 Scope and Objectives
The document is intended as a guideline for the prospective contractors of Seismic Operation in Pakistan Petroleum
Limited to enable them to prepare their bid in manner that will allow the Company to evaluate their capabilities to
meet or exceed all the Company HSE requirements during the execution of the contract. It does not absolve the
Contractors and the prospective Contractor from their own HSE responsibilities and is not universal in nature.
The document will help the Contractors in preparing their bids for this service and will provide Pakistan Petroleum
Limited with enough information to objectively evaluate the bids on HSE issues.
IAGC HSE Guidelines for Geophysical Operations is also considered for developing this document. The successful
bidder will also be able to use this document to prepare their Seismic HSE Plan & Procedures

2. POLICY & COMMITTMENT


Contractor and its sub-Contractors will acknowledge Company’s strong commitment to HSE and affirm that they
have written health, safety and environmental policies, which are of a standard comparable to that of company.
These policies will be signed and actively supported and endorsed by Contractor’s management. Contractor will
further affirm that its policies are widely disseminated and understood among employees and sub Contractor's
employees. These policies should be in English and such other local languages as required.
Contractor’s safety, health and environmental policies should include a description of Contractor’s organization,
procedures and methods of communication to and from personnel.

2.1 Policy Dissemination


Contractor shall outline its scheme for the dissemination of its operational safety, health and environmental policies
to employees at all levels. This shall include general training other than specifically job-related (e.g. in firefighting,
hygiene etc.), display of posters, and incentive schemes after accident-free periods where appropriate.

2.2 Responsibility

- Contractor is responsible to communicate all HSE requirements asked by the company to its field
management and supervision per their area of responsibilities.
- Contractor is responsible, through his organization, for applying the HSE measures required to carry out
the work assigned to him to prevent accidents / incidents or events which jeopardize the HSE of personnel
and of the installation.
- Contractor is responsible for correct selection of personnel to assign to the jobs and shall determine the
need for, and provide, training of the personnel whose activities influence HSE.
- Contractor shall possess all the equipment needed to carry out the work (appropriate for the work
environment) as well as all the clothing, safety devices and personal and collective protection devices
required.
- Contractor shall plan all actions, controls & inspections to ensure that HSE requirements are observed,
applying the measures defined in his own HSE Manual.
- Contractor shall provide a qualified Doctor and HSE Advisor appropriate at the site.
2.3 Contractor’s HSE Organization

 During the bidding stage, the Contractor shall present a complete and detailed organization chart in the form of
a block diagram, which will indicate all the positions involved in carrying out the various activities covered by
the Contract. It should also include the connections existing between the Contractor’s site organization and at
Head office.
 Contractor will also submit CVs of its personnel responsible for handling HSE matters i.e. Project Manager, HSE
Advisor, Doctor, and medic.
Page 66 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Once the contract has been assigned the Contractor shall provide the Company with the actual survey
organization chart, specifying also the names and relevant professional profiles of the key positions.
 The Contractor shall establish and document, during the bidding stage, how the responsibilities, competencies
and authority levels are allocated to the various units or departments while the survey work is being carried
out.
2.4 Responsibility for Health, Safety & Environmental Compliance

 Contractor shall ensure to maintain HSE requirements during its entire period of Contract at each working
location.
 Contractor and its sub-Contractors will affirm that all supervisors are responsible for ensuring that the survey is
performed in accordance with all applicable safety and environmental rules, regulations and good working
practices, with equal diligence being paid to the fulfillment of the contractual technical specifications.
 Contractor will advise such personnel of their HSE responsibilities in written (copies of which will be provided to
Company).
 Contractor shall provide Crew Organization Charts, specifying the areas of HSE responsibility of each supervisor.
2.5 Contractor’s HSE Advisor
Contractor shall provide HSE Advisor and HSE assistance team to be present at site full time. HSE Advisor should
have ability to covey HSE MS to his senior management at site and follow the implementation of their own and
Company’s HSE programs.
The primary responsibility of the HSE team shall include, but not be limited to, the maintenance, monitoring, and
implementation of health, safety and environmental requirements and procedures on the work site. Co-ordination
of such activities shall be conducted with and approved by Contractor’s line management. Contractor will ensure
that the HSE Advisor & HSE Officer have attended a HSE course relevant to specific Operations.
Contractor HSE Advisor
Contractor’s HSE Advisor should have a Bachelor’s Degree in Engineering / Science from a reputed local or foreign
university with at least 5 years of HSE experience at seismic sites. NEBOSH IGC certification will serve as added
advantage for him. He should have sound communication skills. He can be interviewed by Company HSE Manager
before mobilization to site.
Contractor Assistant HSE Advisor
Assistant HSE Advisor should be a Graduate / DAE with at least 2 years of HSE experience at seismic sites. He will
assist Contractor’s HSE Advisor.
The contractor should deploy the HSE and Assistant HSE Advisors as follows:

Condition HSE Advisor Assistant HSE Advisor


POB < = 500 1 2
POB > 500 2 4

2.6 Interface with the Company


The Contractor shall, within the context of this Survey, identify one site based-person tasked to interface with
Company’s Site HSE Advisor and one Head Office based person to interface with Company’s Head Office Seismic
Team for HSE related matters.
The persons shall hold sufficient authority to manage the entire contract and to organize the work and the site,
taking care that all information for and from the Company is transmitted correctly.

2.7 Company’s HSE Advisor


Company will deploy Full Time Health, Safety & Environment Advisor to monitor and advice Contractor on HSE & CR
issues.

3. PERSONNEL
These requirements pertain to all Contractor personnel deployed for seismic operation at Pakistan Petroleum
Limited Survey Site.
3.1 Recruitment
The personnel & supervisors provided by the Contractor will meet the following requirements:

Page 67 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

a) Age Limit
The maximum allowable age limit is 60 years. (Contractor personnel over 60 years of age must receive approval
from Company approved hospital before proceeding to start work at site) and make sure that any individual
less than 18 years will not be hired as an employee.
b) Medical Screening
The Contractor shall ensure that all its employees are medically fit and healthy. The contractor will arrange
following medical examination for its entire staff for Seismic services to Pakistan Petroleum Limited at
Contractor’s own cost. In addition to these tests physical examination should also be carried out. The
Certificates of Medical fitness must be kept at Seismic Camp Clinic with test reports of above mentioned
general tests.

Technical Drivers / Food Janitorial Local


Test Descriptions
Staff Operators Handlers Staff *Labors
Blood CP & ESR √ √ √ √
Blood Sugar √ √ √
SGPT √
Stool D/R √
ECG (employee above 40 years of √ √ √ √ √
age) (On-site) (On-site)
√ √ √ √ √
(On-site (On-site can be (On-site (On-site (On-site
Blood Group
can be done) can be can be can be
done) done) done) done)
√ Formal test is
Those not required for
exposed to drivers but the
high noise drivers should
Audiometry Test
be able to listen
normal
conversation,
traffic horns etc.
Eye Vision and Color Blindness Test Electricians √
Drug Test for Urinary opiates √
Drug Test for urinary Cannabinoids √

(for
Tested and then vaccinated for cooks,
Hepatitis A (vaccination certificate waiters
would be suffice) and dish
washers
only)

(for
cooks,
Vaccination against typhoid disease waiters
and dish
washers
only)
Tetanus Vaccination √
Physical examination by field / √ √ √ √ √
company Doctor

Page 68 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

3.2 Training & Awareness


Contractor is responsible for maintaining and enhancing the HSE awareness of all personnel by arranging regular
toolbox talks, short training courses, emergency drills issuing HSE and CR Alerts and bulletins in international and
local languages. It also includes job related training required by law, Company regulations and Contractor’s own HSE
policy, and will provide certificates if so required.
Where possible Contractor should provide, in consultation with Pakistan Petroleum Limited, training opportunities
to suitable locals in semi-skilled and skilled trades. Contractor should also maintain the training records and matrix
for its employees accessible at site.

a) HSE Induction
Contractor shall ensure that all new arrivals to the work site receives a comprehensive HSE Induction briefing
immediately upon arrival at the work site and before these new arrivals commence work and maintain its
record.
The induction should cover the emergency response and evacuation, escape routes and mustering, reporting
and communication methods, medical and first aid facilities, traveling, environment and other HSE aspects etc.
b) First Aid
At each work site, contractor will ensure that at least one person for each 25 people (Minimum No. 1) has
received training on First Aid and Casualty Handling, and is in possession of a valid certificate from a recognized
institute.
c) Fire Fighting
At each work site, contractor will ensure that at least one person for each 25 people (Minimum No. 1) have
received training on Basic Fire Fighting.
d) Defensive Driving Training
Contractor will ensure that all its drivers / operators to operate any kind of vehicle / equipment undergo a
formal course on Defensive Driving by a Third Party (Consult and Train or Motor Concept Consulting and
Training or Equivalent) for Certification of drivers’ competency prior to mobilization at its own cost.
e) Survival Techniques
At least one crew supervisor shall have received hilly and / or muddy area search and survival training (as per
the terrain requirement) or have demonstrated competence based on experience to a level enabling them to
carry out search operations or survive in the conditions appropriate to the area of operations.
The contractors shall mention the name of such supervisor in its organization chart and submit his CV with
experience / training certifications to the Company for review and approval.

4. HSE WORKSHOP, AWARENESS AND MEETINGS


4.1 Pre - Mobilization HSE Workshop
Management and Site supervision of Contractor and its Main Sub Contractors would be required to participate in a
Pre - mobilization HSE Workshop prior to start of the work, in which event contractor should prepare notes for this
meeting covering (but not limited to) the following points.

 Personnel, vehicles and equipment fitness and Certifications


 Trainings, development and communications
 Travel Management (Mobilization and Demobilization)
 Environmental considerations and mitigation measures as mentioned in the IEE (copy will be provided to
contractor once it is developed and NOC obtained)
 Compliance with Environmental Management Plan (EMP)
 Management of safety and health in extreme weathers and other local hazards.
- Heat Management
- Snake bite Management
 Climatic and seasonal considerations (earth slips, road erosion, storms, rains, etc.).
 Checking of infrastructure (roads, bridges, utilities, etc.).
 Technical and HSE training program (before & during contract) including first aid, fire fighting, and survival
techniques.
 PPE Requirements.

Page 69 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Qualified medical services.


 Contingency planning.
 Handling of explosives.
 Safe distances for use of energy sources.
 HSE Procedures including Emergency Handling
 Auditing and reporting
 Community Relations and development

Minutes of this meeting with agreed action items will be given to all participants and action parties.

4.2 Awareness and Meetings

 Contractor is responsible for maintaining and enhancing the HSE awareness of all personnel, on the work
sites including arranging regular toolbox talks, short training courses and emergency drills.
 Contractor should establish HSE award scheme for accident free man-hours, near miss reporting, HSE
suggestions and Best Safety Practices.
 Contractor shall be responsible for holding HSE meetings on a regular basis, to be pre-determined in pre-
mobilization workshop with company, contractor, sub Contractors and 3 rd party key and management
personnel.
 Copies of minutes of Contractor’s HSE meetings shall be regularly sent to Company’s Site Representative
and Head Office.
 HSE meetings will also address health and environmental issues and, environmental induction briefings will
also be given to new starters.
 Contractor shall be responsible to deliver the specific talks to its workforce involved in critical / hazardous
operations.

5. HSE PLAN
Contractor will prepare and submit a HSE plan before site mobilization. At the bidding stage, the contractor will
need to submit a letter of intent that HSE Plan meeting the following requirements will be developed before site
mobilization, shared with the Company and implemented during the execution stage. The plan will include the
following sections:
5.1 Introduction
This section should include:

 An outline of the Crew HSE Plan


 Reference standards, Statutory Compliance and other documents
 Project Management description, organization and resources
 Crew HSE Plan review cycle and responsibilities
 Extreme Weather Management Program

5.2 Description of Facilities & Operations


This section should contain a description of the crew and its components, machinery, fittings, systems and
equipment including types, numbers and location of all safety equipment. It should specifically describe the
essential features relevant to the HSE and emergency management of the facility and operations. This enables an
understanding of how major hazards and effects, could impact the construction operations and its HSE management
systems.

5.3 Description of Operational HSE Management System


The proposed structure of this section follows the headings of a generic E & P Forum Guidelines for the
Development and Application of HSE Management Systems. The structure is given below with of main topics.

 Leadership and Commitment


 Policy and Strategic Objectives
 Organization, Resources and Documentation
Page 70 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Evaluation and Risk Management:


 Planning and Procedures
 Implementation and Monitoring
 Auditing and Reviewing

5.4 Hazard Register


This section should include a register of potentially significant hazards identified for the survey operation or site. It
should demonstrate that all potentially significant hazards and effects have been identified, the risks from the
hazards and effects evaluated and understood, and that controls to manage risks of the hazards and effects are in
place. It should be based on the OGP classification. Each potentially significant hazard identified should be described
by a Hazard Sheet, which should cover the following items:

(a) Hazard description


(b) Possible consequences of hazard release (unmanaged or uncontrolled hazard):
- What could happen?
- What are possible end results?

(c) Risk Assessment based on the potential consequences of the hazard release and the probability of this potential
consequence materializing, if no special control measures are put in place.
(d) Threats that could release the hazard.
Examples are poor weather (resulting in bad visibility, slippery roads), corrosion (resulting in leakage of fuel
containers), etc.
(e) Measures to control such threats (barriers)
Barriers include physical guards, separation, procedures, etc.
(f) Escalation factors that may increase the probability or consequences of hazard release. Examples are worn
Tyres (aggravating the situation in case of poor weather), impact on fuel store (aggravating the situation in case
of corrosion), etc.
(g) Control measures for escalation factors.
(h) Residual Risk Assessment based on the potential consequences of the hazard release and the probability of this
potential consequence materializing, after all control measures are put in place.
(i) Measures to recover from the release of a hazard.
(j) Assessment of effectiveness / importance of threat control and recovery measures. Such an assessment would
allow a judgement whether a (high) risk is adequately controlled. It would also allow control tasks to be ranked
in order of priority and importance.
(k) Cross reference of the controls and recovery measures to procedures, job descriptions and other
documentation used to implement the HSE-MS in the survey operations, including PPE specifications.
Some potential significant hazards encounter during the Seismic Survey are as under:

 Heat Stress
 Snake bites / Scorpions
 Dehydration
 Driving in hilly / muddy / prohibited area
 Lack of communication
 Wildlife
 Damage to water courses
 Explosive Management
5.5 Monitoring & Remedial Plan
This section should include:
 Action tracking and close-out: should describe the system used to track action items generated from hazard
analysis, job safety analysis, audits, inspections, incident investigations and other sources.
 Remedial plan; should list long lead or important actions outside the crews control which are required to
achieve the intended level of hazard control.

Page 71 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

5.6 Statement of Fitness


This section gives a statement of fitness with regard to the management system being in place, confirmation that
the hazards have been recognized and the risks to persons and environment as a result of those hazards has been
suitably reduced to as low as is reasonably practicable.
A senior member of the Contractor’s staff who holds line management responsibility (Party Chief or equivalent) will
sign it.

5.7 Survey Timeline


A Survey HSE timeline to indicate when the various activities like audits, inspections, meetings, periodic reports,
restoration, close out reports, etc. will occur in the overall context of the survey.

6. LEGAL AND OTHER REQUIREMENTS


Contractor shall provide suitable evidence that a management system conforming to the Company’s Health, Safety,
Environment Protection policies is applied and shall comply with the IAGC and E & P Forum guidelines pertaining to
Health, Safety and Environment. The Contractor shall also comply with all HSE and Industrial Hygiene provisions
enacted by National Legislation.
The contractor is required to comply with all relevant National, Provincial and local Laws applicable to its scope of
work.

Contractor will draft Hazardous Waste Management Guidelines (reviewed and approved by the Company) as a part
of legal requirement.

6.1 Reference Laws & Provisions

a) Environmental Protection Laws

 Pakistan Environmental Protection Act, 1997


 Balochistan Environmental Protection Act, 2012
 The Wild Birds and Animals Protection Act, 1992
 The Forest Act, 1927
 Self-Monitoring and Reporting by Industry Rule, 2001
 National Environmental Quality Standards, 2000, 2009 & 2010
 Pakistan Penal Code, 1860
 Land Acquisition Act, 1894
 Land Preservation Act, 1900
 Hazardous Substance Rules, 2003
 Balochistan Local Government Ordinance, 2001
 Balochistan Wildlife (Protection, Preservation, Conservation and Management) Act, 2014
 Antiquities Act, 1975

b) Occupational Safety laws

 The Mines Act, 1923


 Electricity Act, 1910
 The Petroleum Act, 1934
 The Petroleum Rules, 1937
 The Regulation of Mines and Oilfields and Mineral Development (Government Control) Act 1948
 Pakistan Petroleum (Production) Rules, 1949
 Pakistan Petroleum (Exploration and Production) Rules, 1986
 The Explosives Act, 1884
 The Explosive Substance Act, 1908
 The Explosive Rules, 2010
 Electricity Rules, 1937

Page 72 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

c) Environmental guidelines / Conventions

 The Convention on Biological Diversity, 1992


 The Convention of Conservation of Migratory Species of Wild Animals, 1979
 The Convention on Wetlands of International Importance, Ramsar 1971
 Convention on International Trade in Endangered Species of Wildlife Fauna and Flora, 1973
 The Guidelines for Operational Safety, Health and Environmental Management, 1996
 FEPA prepared comprehensive Sectoral Guidelines for Environmental Reports – Oil and Gas Exploration
and Production in 1997
 Environmental Impact Assessment Guidelines

6.2 International industry Standards Section adopted By Company:


The following documents shall be provided and included by reference and define the Industry standards adopted by
Company.
 IAGC # 1: Land Geophysical Operations Safety Manual, IAGC, 2012. This manual shall apply to all land
operations including onshore activities in support of marine and transition zone operations.
 IAGC # 2: Environmental Guidelines for World-wide Geophysical Operations, IAGC, 2013

6.3 Termination & Suspension


Any infringements by Contractor’s manpower identified by Company of its HSE regulations and standards shall be
investigated jointly by Company and Contractor and remedial action mutually agreed upon and implemented by the
Contractor.
If Contractor does not implement remedial action within agreed terms, Company has the right to stop the contract
forthwith.

6.4 Alcohol & Narcotics


Contractor is required to ensure that personnel do not, at any time, while traveling to or from, or at the work, have
in their possession or under influence of any contraband or alcoholic liquor, drug or other intoxicating substances.
Company reserves a right to subject all personnel deployed in the services of the Company to drug test at any time
without prior notice.
6.5 Weapons, Arms & Ammunition
All firearms, ammunition, knives or any other type of weapon is completely prohibited on all Pakistan Petroleum
Limited Premises. This also applies to expatriates when they are on Company’s Concession Area or have been
developed for working under PPL’s contracts.

6.6 Pets
Contractor and sub-Contractor personnel are not allowed to keep pets or other animals in their camps and on their
work sites.

6.7 Staff Rota System


Contractor shall comply with the requirements mentioned in the Mines Act, 1923. If company is following Rota
System for staff then Contractor will send 22 days leave with pay to his employees after continuous 60 day of
working and is the bare minimum applicable to all categories of personnel. However, contractor can develop the
rotational cycles of his employees by using the same ratio of working and off day.

7. PERSONAL PROTECTIVE EQUIPMENT


Contractor personnel will be responsible to wear proper Personal Protective Equipment (PPE) at work site relevant
to their nature of job. This requires:

 Assessment of the type and quantity of PPE required


 Issuance of required PPE to all staff
 Storage of sufficient quantity of PPE at site
 Continues follow up to ensure effectiveness of PPE program

Page 73 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

All persons engaged in operations where they are exposed to risk of injury or disease shall use suitable protective
clothing and equipment. Such clothing and equipment shall include but not be limited to depending on nature of
job and hazards to which one is exposed to.
Contractor shall ensure that all personnel shall wear such equipment in the appropriate circumstances, even if not
actively engaged upon the work, as the example set by this is of paramount importance. The minimum general PPE
requirement for field operations is as follows:

a) Overall and Protective Clothing


On site employees shall wear overalls / close dress which should be thin, cotton made, absorbent and light colored
and should be loose enough to allow air and blood circulation.
Description
 Fabric Material Composition: 100 % Cotton
 Formation: Two pieces (one upper jacket and one lower trouser)
 Breathable fabric to help reduce heat build-up and promote comfortable wear.
 High Visibility Silver Reflector strips (3M Scotchlite or equivalent) double stitched using high strength cotton
thread.
 All exposed metal next to skin (snaps buttons, zipper etc.) to be covered with fabric for maximum protection
 Jacket – One-piece top stitched shirt collar.
 Trouser - Stretchable elastic waist (on sides) along with 5 - 6 belt loops for trouser along with the provision of
tying lace / strap.
a) High Quality Life Jackets

Life Jackets is required for the working in water bodies operation. Sufficient stocks of life jackets should be readily
available at site.

Item Description / Requirement


Type Vest Type Life Jacket
Compliance Certificate /  Life Jacket should have passed Temperature Cycling, Drop, Oil resistance, Fire
Standard and other Tests as per the requirements of International Life Saving Appliance
Code and various Resolutions issued by Maritime Safety Committee from time
to time.
 Manufacturer’s compliance certificate is mandatory.
Construction  Two body straps and zippered front for a customized fit. 
 Large arm holes.
 High necklines to support neck.
 Comfortable to wear.
 Clearly capable of being worn in only one way and cannot be donned
incorrectly.
 All person can correctly don it within a period of 1 min without assistance
after demonstration.
Color Orange
Reflector High Visibility Silver Reflector strips at front and back sides
Sizing Criteria 43 kg or more
Light  LSA approved light capable of providing adequate luminous intensity for a
period of 4 - 8 hours.
 Light shall be of white color.
Buoyancy Shall have sufficient buoyancy to turn the body of an unconscious person in the
water from any position to one where the mouth is clear of the water in not more
than 5 seconds.
Whistle Each life jacket shall be fitted with a whistle firmly secured by a cord.

b) Safety Helmets
All personnel shall wear safety helmets when entering any area where there is any overhead activity going on that
should conform to the following standard as minimum
Standard / Compliance:
 ANSI / ISEA Z89.1-2014 (Class C, Type I)
Page 74 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Manufacturer’s compliance certificate is mandatory


Description:
 Usage in harsh environment with tough demands for effective protection.
 Featuring excellent ventilation, good field of vision and lightweight.
 HDPE (high density polyethylene) shell
 Wheel ratchet or slip headband system
 UV stabilized
 Optimized ventilation with ventilations holes in shell.
 LDPE harness clips
 4 point textile harness
 Universal slots for accessories which include chin guard, ear muffs / face shield
 Chin guard
 Sweatband with harness
 Rain channel slots to keep away direct rain from wearer
 Suitable for use in temperature between 5˚ to 55˚C
 Weight: 0.55 kg max

c) Electrical Safety Helmet


Standard / Compliance
 ANSI / ISEA Z-89.1(Class E, Type I) or equivalent
 Manufacturer’s compliance certificate is mandatory
Description:
 HDPE (high density polyethylene) shell
 Ratchet system or slip type headband suspension
 4 (or more) point webbed suspension straps
 Short brim for better upward visibility and user mobility
 Protection against electrical hazards, with high-voltage shock and burn protection upto 20 KV.
 Unvented shell and Universal slots for accessories which include chin guard, ear muffs / face shield
 Chin guard
 Rain channel slots to keep away direct rain from wearer
 Replaceable sweatband with harness
 Suitable for use in temperature between 5˚ to 55˚C

d) Safety Shoes
Safety boots with a covered steel toe-cap and non – skid soles shall be worn that should conform to the following
standard as minimum
Compliance Standard
 EN ISO 20345:2011 S3
 Manufacturer’s compliance certificate is mandatory
Description
 High Ankle Leather Safety Shoes with Lace
 Breathable and Water Repellent Upper Leather and Inner Lining
 Anti-slip, shock absorption and abrasion resistance
 Toe Protection:
- Composite toe cap resistance to a shock of 200 J and pressure of 14.71 kN force meeting following test
parameters:
o Impact resistance (clearance after shock ) > 14 mm
o Compressive strength (after clearance compression) > 14 mm
 Insole:
- Antistatic, absorbent, resistant to abrasion and to exfoliation

 Outsole:
- Antistatic double density polyurethane injected directly onto the upper with abrasion resistance (volume
loss) test requirement of <150 Mm3

Page 75 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Weight < 625 gm

e) Eye / Ear Protection


Appropriate eye / ear protection shall be worn in all working situations where hazard or potential hazard exists.
Eye Protection Description (for persons with no prescription glasses)
 Hard coated, anti-mist, one piece shaded / sun glare filter lens or one piece clear lens
 Scratch resistant with wraparound single piece lens
 Soft nose bridge and soft pad around forehead
 Ultraviolet Protection EN172 5-2.5 or equivalent
 Meets the requirements of CSA Z94.3-2007 and the High Impact Requirements of ANSI Z87.1-2010
Eye Protection Description (for persons with prescription glasses)
 Designed to fit over prescription eyewear with minimal interference, providing excellent coverage and field of
vision, combined with high level of protection against impacts.
 Clear Lens
 Scratch resistant with wraparound single piece lens
 Soft nose bridge
 Ultraviolet Protection EN172 5-2.5 or equivalent
 Impact resistance with full front, side and top protection
 Meets the requirements of CSA Z94.3-2007 and the High Impact Requirements of ANSI Z87.1-2010
Ear Protection Description (ear plug)
 Comfortable and close-fitting seal against harmful noise
 Soft polyurethane foam material for lower pressure inside the ear, non-corded and individually packaged pairs.
 Smooth, dirt resistant surface for better hygiene, durability and comfort
 Non - irritant
 Easy to insert & remove
 Each pair individually packed.
Noise hazard boundary line to be determined where hearing protection to be worn.

f) Respirators
Proper mask / respirators for handling chemicals and sealing material (where appropriate) shall be used.
Disposable Dust Mask
 Provides protection against mechanically and thermally generated dusts / mists, fumes and aerosols
 Anti-collapse construction with aluminum clip, foam nose piece and elastic bands
Half Face Mask Respirator
 Half face mask respirator
 Soft rubber or PVC
 Face piece with two replaceable organic vapor chemical cartridges held in place by plastic covers.
 Adjustable four-piece head harness
 To provide protection against acid, amine and organic vapor (ABEK type).

g) Gloves
Gloves shall be worn to provide hand protection appropriate to the hazard or potential hazard with following
minimum features:
 Primary use: general material handling works such as pipes etc.
 Single (palm) side PVC dotted, cotton knitted (woven fabric)
 Comfortable and tight grip
 Washable, weight 600 grams
Note: Safety shoes and torch should be provided to night watchman to avoid occurrence of snake bite.

8. OCCUPATIONAL HEALTH REQUIREMENTS


Several species of dangerous reptiles and insects are found in field areas. Pakistan Petroleum Limited has been
operating in such areas for several years and has developed the following minimum Health Management standards
for its contractors. These standards are a guideline and are to be used by the Contractor to develop its own project
specific plan and procedures:
8.1 Minimum Health & Hygiene Standards

Page 76 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Contractor shall ensure that all its employees and its subcontractor's employees engaged in providing service to
the company are medically fit and healthy.
 Contractor shall ensure that its personnel and subcontractor's personnel shall maintain high standards of
hygiene during the execution of the Contract.
 Contractor shall, at no cost to Company, be responsible for medical welfare of its own and its subcontractor's
employees.
 Contractor shall provide for a fully equipped medical clinic with a qualified and experienced doctors, medics
and ambulances available full time at site.
 Contractor shall take care of arrangements for medical treatment and hospitalization.
 Contractor shall supply to its own and subcontractor's employees, at no additional cost to Company, suitable
medicines and injections against disease if necessary, and as required by prevailing conditions.
 Contractor will pay special attention to the hygiene and health of its food handlers. Routine inspection will be
carried out by Doctor, Contractor HSE personnel and Company HSE Advisor.
 Contractor shall provide an adequate supply of potable water from the best available source for all employees
at the Site which confirms to National Environmental Quality Standard requirements.
 Contractor shall carryout drinking water quality analysis (chemical analysis – once in a project till water source
remains the same; microbiological analysis – monthly basis) of potable water against National Environmental
Quality Standards through reputable external laboratory and submit the report to Company's Site
Representative.
 Contractor shall perform Lux monitoring survey of its camps / working facilities as per guidelines mentioned in
Lighting at Work (HSG 38) standard.
 Contractor will be responsible for all medical evacuations by surface transport.
8.2 Contractor’s Doctor & Medic
Contractor shall deploy Doctor and Medics at site full time.

Contractor Doctor
Contractor’s doctor should be a qualified MBBS registered with PMDC with at least 05 years post graduate
experience preferably in General Medicine, General Surgery and Emergency departments. He should have
received trainings on ACLS (Advanced cardiac life support) and ATLS (Advanced trauma life support) through
reputed organization. He should have sound communication skills and knowledge of all available local medical
facilities, medical evacuation procedures. He can be interviewed by Company Doctor before mobilization to
site. He will sit in clinic at Seismic camp.

Contractor Medic
A medic with certified nursing diploma & relevant hospital experience shall be provided by contractor who will
sit in Contractor’s Base Camp Clinic to assist Doctor. He should have received trainings on BLS (basic life
support) through reputed organization.
The contractor should deploy the Doctor and Medics as follows:

Condition Doctor Medics


POB < = 500 1 3
POB > 500 2 5

8.3 First Aid & Medical Facilities


Contractor will provide fully equipped clinic at the base camp with the following features / facilities: A 40 feet
container shall be provided and used as “Patient Room” to accommodate any sick persons specifically someone
suffering from heat related illnesses.

 Clinic should be in a permanent structure or a Porta Cabin


 Hand washing facility
 Toilet
 Good Light and backup power supply
 Lockable Refrigerator with ice packs
 Suitable disposal for clinical waste including syringes. The clinical waste is categorized as infectious or special
waste and is to be stored in special bins to avoid bacterial or virus spread.
 Temperature control
Page 77 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Insect screen
 Drip Hooks
 Bed Pan
 A well-defined triage area to handle multiple casualties.

8.4 Medical Equipment


The Clinic will be equipped with emergency medicine and equipment to response. Key equipment should be
available at clinic are:
 ECG Machine
 AED Defibrillator (full automatic)
 Stretcher
 Cervical Collar – adult size (3 nos.)
 Splints for back support of upper and lower limbs
 Blood Pressure apparatus
 Equipment for Stitching (needle holder, stitching material of various sizes)
 Sterilize gloves
 Sterilize gauze pieces
 Crab bandages
 Gluco check meter
 Kidney tray (2 nos.)

8.5 Medical Supplies


Care should be taken that the medicines in the clinic cover all general diseases and that sufficient quantity is
available. The clinic needs to equip with necessary dressing and bandages material. The following broad groups of
medicines should always be available in the field clinic:
 Local Anaesthetics
 Non-steroidal anti-inflammatory drugs (NSAIDs) – oral and injectable
 Anti-Allergic drugs - oral and injectable
 Anti-biotics - oral and injectable
 Anti-fungal – local application / oral
 Anti-amoebic
 Anti-malarial
 Anti-pruritic
 Antiacids including H-2 receptor antagonists
 Antiemetics
 Antispasmodics
 Anti-asthmatic drugs – inhalers and injectable
 Cardiovascular drugs e.g., Nifedipine
 Drugs used in diarrhea including Oral Rehydrating Solution (ORS)
 Drugs used in eye diseases
 Drugs used in ENT diseases
 Diuretics
 Anti-snake venom
 Anti rabbies Vaccine
 Sorucortef / decadarol
 Adrenaline injection
 Atropine injection
 Noradrenaline injection

8.6 Ambulance
Four - wheel drive vehicle (not older than 8 years model) should be available for use as a properly fitted out
ambulance at site on a 24 hours basis. They should contain:
 Oxygen cylinder with face mask with adequate oxygen supply
 Stretcher
 VHF Radio
Page 78 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Emergency Light
 Rotating flashing beacon lights
 Portable suction machine
 Blood pressure apparatus
 Kidney tray
 First Aid Box along with essential items

No of ambulances to be deployed at site should be as follows:

Condition Ambulances
POB < = 500 3
POB > 500 4

9. ENVIRONMENTAL REQUIREMENTS
Pakistan Petroleum Limited is an ISO 14001 Company certified and we work very hard to maintain our certification.
All contractors are expected to buy in to our vision and philosophy on Environmental Management and work with
us on achieving the goals.
This section will outline the minimum guidelines and some introduction to the way we manage our environment
and expect the contractors to follow the same. Contractor will be required to adhere to the guidelines and
instruction set by the Wildlife Dept. and described in the IEE / EIA Report and its environmental NOCs.
Contractor will be required to report all environmental key performance indicators that are bearing an impact on
the environment. They include:
 Water
 Diesel
 Solid Waste

Contractor will follow Initial Environmental Examination (IEE) / Environmental Impact Assessment (EIA) and No
Objection Certificates (NOC) requirements conducted by Pakistan Petroleum Limited during entire project duration in
true letter and spirit.

9.1 Environmental Guidelines


Contractor shall pay consideration to the environment by acting to preserve air, water, and animal and plant life
from the contrary effects of the seismic activities and to minimize any nuisance, which may arise from the seismic
operations.
The following guidelines shall be applied for the environmental protection:
Laws regarding environmental protection are somewhat restrictive; therefore Company advises the Contractor to
use scrapers or bulldozers only in strictly necessary cases only with Company’s authorization. Damages due to
nonobservance of the above will be borne entirely by the Contractor.
 In order to avoid objections by the competent authorities regarding environmental protection and by
landowners affected by seismic operations, holes should be shut-in and the area cleaned according to the
General Conditions section of the contract.
 The seismic holes (where required) should be filled with plugging material (gravel, debris and earth) up to
ground level. The efficiency of the hole’s shut-in can be improved by placing a “Plastic plug with tabs” at a
depth of about 2 m.
 In areas with paddy fields, canal embankments, water springs and whenever required by the authorities,
cementing of the drilled holes shall be performed by Contractor at Company request with techniques to be
agreed from time to time.
 In the event of water or bio-genetic gas overflow from drilled holes, Contractor shall immediately notify
Company of the event. A methodology to stop the flow and to permanently seal the hole shall be found and
implemented by Contractor in agreement with Company.
 Contractor shall report any oil spillage to the Company and carry out remediation / reclamation of the
contaminated soil.
 Contractor, in conducting the work, shall make best endeavor to prevent or limit pollution within the levels
permitted by applicable laws.

Page 79 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Contractor shall take necessary actions to protect and respect the environment over the Survey Area. It shall
indemnify Company, its Co-Venturers and its and their Affiliates harmless from and against any loss or liability
(including legal expenses) arising out of any claim or cause of action for damage to the environment.
 Contractor will also follow guidelines from Wildlife Department who may be monitoring the activity.
 There will be a Company HSE Advisor or Field HSE Monitor during the activity that will monitor compliance to
EMP developed.
 Contractor shall follow the Environmental Management Plan in full spirit to avoid any damage to the
environment
 No pollutants such as waste, oil, fuel, debris, or chemicals and the like shall be discharged or allowed to escape
from the field crew.
 Contractor shall be responsible for cleaning up and removing from the survey area all the waste material and
equipment, such as plastic waste, electrical wire, scraps, wrecks and any surplus explosives, bits, drilling mud,
pipes as resulting from the conduct of the work.
 Such clearing and cleanup operations shall be conducted in accordance with the instructions of Company or as
dictated by Government. Until such removal, burial or destruction, as permitted by applicable laws, has been
effected, Contractor shall take out the polluted or dangerous area with markers and undertake such other
action to ensure safety as may be required by the competent authorities or by Company.
 Contractor shall be responsible for any bodily injury or damage to animals or material property as suffered by
Company and / or third parties and as resulting form Contractor’s failure to carry out the aforesaid measures.
All such actions shall be at Contractor’s sole cost and expense.
 Contractor will apply the safety distances and exclusion areas from buildings and sensitive areas in agreement
to laws and regulations. Scouting will be performed to establish the shift to be applied.
 Contractor shall be responsible to restore all temporary facilities / constructions / networks (under-ground /
above the ground) / roads etc that was developed to execute its services prior to leave the site(s). A restoration
plan will be developed and provided by the Contractor, agreed by the Company and executed prior to leaving
each (working / camp) site. Also, contractor needs to obtain a certificate for satisfactory restoration from
Company HSE Advisor or Field HSE Monitor.
 Removal and adequate disposal / recycling of waste will be carried out to meet the requirements of ISO 14001.
 Contractor will be responsible for maintaining good housekeeping including the control and disposal of
domestic and general waste, hazardous materials & all other effluents & emissions in accordance with the
Company & ISO 14001 requirements.
 The handling of all waste materials will be recorded and accounted for in a contractor kept log book, which
will be available for inspection always. The quantity, type, disposal route and final location of all waste will be
recorded.
 Proper planning will be carried out before any operations to ensure the highest standards of environmental
protection and restoration where appropriate. Vegetation cutting and removal will be strictly minimized with
no unnecessary cutting of trees, bushes or plants.
 The collection, removal, utilization directly or indirectly of local environmentally protected resources,
including plants, animals etc. for consumption, profit, sport (hunting) or any other purpose is totally prohibited.
Use of local trees for fires is prohibited. Firewood is not to be used.
 During all operations, damage to bridges will be avoided and damage of land and roads minimized. Special
care should be carried out during movement of vehicles near / along canal to avoid any damage to canal. Actual
damage to bridges and roads caused by Contractor and subcontractor, if any, will be repaired at Contractor's
cost.
 No material structures or other shall remain at the camp and work sites, unless specifically requested or
agreed by Company and it is the responsibility of Contractor to perform and record the clearance of all camp
and work sites.
 All precautions will be taken to prevent soil and water contamination through the adoption of approved
storage methods. This will include but not limited to building of secondary containment (Bunding) around all
Fuel storage areas e.g. diesel tanks with a capacity of at least 1.1% of the storage capacity by volume, drip trays
for fuel transfer and lubricating oil areas.
Page 80 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Appropriate procedures and facilities to prevent spillage of chemical, fuels, and lubricants will be adopted.
Any significant spillage, incident etc., will be recorded by the Contractor and will be reported to Company.
 Local customs, cultural and religious requirements must and will be respected.
 Contractor shall set its policy and procedures for work around the Permanent facility, Drilling Unit and
Construction area such that all open holes and mud pits are filled once the holes have been used.
 Contractor shall set out its policy and procedures for the base camp area. The Contractor will ensure that
there shall be no cutting or pruning of trees in the area without prior approval of the Company.
 Emission monitoring for all emission points including generators and vehicles shall be carried out on
quarterly and annual basis respectively.
 All environmental incidents and accidents shall be reported as per Company’s procedure on Company
format.
 Contractor should ensure measure for resources conservation, wastage of water, paper, energy etc.

9.2 Environmental Management Plan


Contractor shall be responsible to comply with the requirements mentioned in the Environmental Management
Plan (EMP) of IEE or EIA Report and NOC issued by BEPA. This plan will be used by the contractor throughout the
currency of the contract to manage the environmental matters.

9.3 Environmental Monitoring

 Contractor shall use National Environmental Quality Standards (NEQS) compliant equipments e.g. generators,
recording truck, vehicles, dozers etc. at site.
 Contractor shall identify, record & submit the Site's potential emission sources to Company's Site
Representative.
 Contractor shall carryout testing of all potential emission sources against National Environmental Quality
Standards, priority parameters before the start of project through reputable external laboratory and submit the
report to Company's Site Representative. Contractor shall take adequate corrective and preventive actions
incase emission monitoring results exceeds NEQS limits.

 Contractor shall monitor noise levels at communities nearest to the seismic operations, campsite, fly camp &
access track. Contractor shall take appropriate control measures incase these are exceeding safe acceptable
limit. Applicable hearing protective gears must be used while exposed in high noise areas.

9.4 Environmental Balance Sheet for Material Consumption & Waste


Contractor will provide weekly and monthly reports for the following:
 Water consumed
 Gray and black water discharged and treated
 Diesel consumed (by generators, equipment and vehicles)
 Solid waste generated by types
At the end of the works, the Contractor shall provide a series of brief forms, concerning contract activities, which
summarize the following:
 Energy consumption (electricity, fossil fuels, other energy sources), type of use (e.g. diesel, gas engines);
 Water consumption;
 Waste production (hazardous and non-hazardous: disposed / recovered);
 Wastewater disposal (treated in septic tanks and soak away pits)

10 HSE REQUIREMENTS – CAMPS & WORKSHOPS


The Seismic contractor will need to establish a Base Camp to house its work force, some fly camps based on work
program and a workshop to maintain its equipment. It also includes the settlement of offices (furnished, equipped
with computer and stationary), storage facilities and whatever else might be necessary for smooth execution of
seismic operations for both Company’s and its own employees. All these facilities need to conform to Pakistan

Page 81 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Petroleum Limited standards for similar facilities. This section broadly defines those minimum standards and should
be used by the bidders to prepare their bids and by the Contractor to plan these facilities.

10.1 Campsite Selection


The Contractor will provide a proposed location of its base camp for Company approval prior to commencing any
work on it.

10.2 Camp Standards


Contractor will provide a detailed layout of its proposed base camp for Company approval prior to commencing any
work on it. This detailed layout will include details of messing facilities, sleeping quarters, cooking arrangement,
storage areas (food, water & supplies).

The camp will conform to the following minimum standards:

 Proper walkways should be made, by spreading loose gravel.


 The camp should be fenced (using acceptable material) with separate gates for normal and emergency
uses and should be properly guarded.
 Snake sheet should be installed to protect from snakes.
 Camp area should be properly lit during night hours especially main gate, around kitchen, toilets, fence
boundaries and mess area.
 “Camp Rules” should be posted at prominent places.
 Proper safety awareness signs should be posted all around the camp area.

10.3 Camp Hygiene


 A dedicated camp boss should be designated to carry out daily inspections of the entire camp for maintaining
camp hygiene.
 Camp area should have adequate number of wastebaskets for collection of garbage.
 Contractor shall ensure that potable water for camp is certified fit for drinking purpose by a reputable 3 rd Party.
Alternative arrangement such as bottled water shall be in place.
 Disinfection should be carried out on a regular basis.
 Adequate number of janitorial staff should be available to provide highest possible level of hygiene.
 Regular complete fumigation to be carried out as per advisories by Company.

10.4 Accommodations
 Accommodation shall be such that it provides protection against wind, rain and extreme temperatures.
 Accommodation shall be adequately screened against insects.
 A minimum sleeping space of 4 square meters per person is recommended.
 Accommodations should preferably be provided in Porta-cabins, properly grounded and facilitated with active
smoke detectors.
 At tents, a floor covering capable of being readily cleaned shall be provided.
 In tents candle or LALTEIN shall not be used for lighting purpose. Lights to be provided through bulbs
(generator).
 Provision of mosquito net to all employees living in tents to prevent from Malaria with routine fumigation.
 Proper hygiene should be maintained for each Porta cabin / tent on a daily basis.
 A / C to be provided in all accommodations cabins and air coolers in tents.
 Proper illumination of living / working area to avoid snake bites etc.
 Ditch should be provided around camps to prevent snakes from entering the camp.
 Attached washroom should be provided in porta cabin of clients.

10.5 Kitchen Area & Food Storage


 Kitchen should also be in a Porta-cabin.
 A risk assessment should be performed on the cooking area prior to mobilization.
 Kitchen waste shall be maintained in close containers (bins) and removed from kitchen after every meal.
 Kitchen floors, walls and cabinets shall regularly be cleaned and hygienically maintained.
Page 82 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Adequate arrangements of exhaust and ventilation should be available in kitchen.


 Cooking is not permitted in open areas and Bon Fires are strictly prohibited.
 Gas cylinders used for cooking shall be secured properly, to avoid any accident.
 Proper burners shall be used for cooking with stable and correctly sized pan supports.
 All food storage shall be kept in closed containers.
 Cleaning detergents or other unwanted materials / chemicals shall not be kept in food store.
 Adequate quantity of fire blankets and fire extinguishers are to be provided.
 Frozen food and meat received should be properly tagged for its date of production.
 Contractor to ensure food items for at least one week in stock.

10.6 Mess Area


 Mess should be in separate designated cabin.
 Mess should be adequately illuminated and air conditioned.
 All cutlery and crockery should be hygienically maintained and served.

10.7 Sanitation Facilities & Laundry


 Sufficient latrine and washing facilities shall be provided and shall be hygienically maintained.
 Sanitation facility shall also be provided by the Contractor at work locations with suitable waste disposal
arrangements (as per Company’s guidelines).
 Shower and toilets should be in a Porta-Cabin.
 Washable (e.g. cement) flooring is recommended.
 Laundry area should be cemented to facilitate water drainage into the septic tank.
 All laundry equipment (washing machine, etc.) should be properly earthed.
 Personal Protective Equipment (PPE) like apron & gloves should be worn, while handling laundry chemicals.

10.8 Electrical System


Power generation and distribution needs to be handled with utmost care. The following minimum standards will
apply to all electrical systems operated by the Contractor during execution of the Contract:

 All generators should be placed on a concrete pad with proper bunding arrangements.
 A standby generator meeting at minimum camp requirements should be available.
 All generators should be earthed as per internationally acceptable procedures.
 A qualified and competent person should maintain and operate Generator/s.
 Generator area should be out of bounds, for all personnel, except for the operator.
 All electrical wires should be in PVC conduits when they are exposed to high physical wear or high ambient
temperatures.
 Splicing is not allowed in the camp electrical wiring, connections must be through a junction box.
 All Junction Boxes should be weather resistant and possess proper sealing arrangements.
 Earth leakage circuit breakers must be installed in each distribution board.
 The neutral in the camp electrical distribution will be connected to earth at source.
 A separate earth wire will be used to earth all metallic enclosures.
 Wiring in wet areas (shower & washrooms) shall comply with standards for such areas.
 A clearly identified and accessible means of isolation shall be provided for each caravan, unit or trailer.
 All generators, distribution boxes, main switches and distribution network will have to be certified by third
party inspector (at Contractor’s own cost) as certified fit for purpose and conforming acceptable international
standards.
 Contractor shall acquire NOC and fitness certificate for the installation of Generator(s) from concerned Electric
Inspectorate and comply with all the conditions of that NOC.

10.9 Fuel / Oil Storage


Following are the minimum standards that the Contractor will use to store and handle fuel at its location, while
working in Seismic Sites of Pakistan Petroleum Limited.

Page 83 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

a) Diesel
 Diesel storage tanks shall be inspected by 3rd party to validate its integrity according to guidelines of API
653 latest standard.
 Diesel storage tanks are to be free from any leaks.
 Signs for ‘Dangerous Product’ and ‘No Smoking’ are to be marked.
 Foam type Fire Extinguishers to be placed in sufficient quantity for fire coverage.
 Diesel storage areas are to be cemented and having dike walls. Storage area should have a capacity of 1.1
times of Diesel storage.
 Leak test shall be performed for the secondary containment to ensure no seepage.
 Spill containment trays are to be kept for catching drips and minor spills.
 Diesel transfer area needs to be cemented and bunded.

b) Petrol
Company discourages the use of petrol as fuel due to its high inflammability. If its use is unavoidable than the
following requirements should be met for its storage:

 Petrol should be stored in standard ‘Jerry-cans’, having air vents.


 Petrol should always be stored in a shade, away from the diesel storage.
 Any transfer of petrol must be completed over a drip tray.

c) Oil
 Lubricants to be stored in a bunded area.
 Any transfer of lube oil must be completed over a drip tray.
Contractor shall acquire No Objection Certificate from Chief Inspector of Explosives for the storage of diesel and
gasoline products as per Petroleum Act, 1934 and Petroleum Rules, 1937.
10.10 Fire Fighting & Emergency Equipment
Contractor shall provide adequate first aid equipment, fire extinguishers and other safety equipment to handle
emergencies. These items should conform to the following minimum company standards:

 All items should conform to NFPA or equivalent standards.


 The equipment is to be maintained in a professional manner as dictated by legal and industry standards.
 An up-to-date record of manufacturing, testing and maintenance of all equipment is to be maintained.
 Locations of such equipment must be clearly marked and they should be readily accessible to all persons.
 Color codes / visible marking should be used to identify different types of fire extinguishers.
 All persons shall have the basic knowledge of how to operate the equipment, and the procedures to be
followed in the event of fire.
 Suitable Muster Points should be designated.
 Manual (or electrically operated) Emergency Alarm should be installed.
 First Aid boxes shall be allocated to each unit or independent sub-unit of the operation, and should be of a size
and composition suitable for the number of persons involved.

10.11 Vehicle Maintenance Area


 Vehicle maintenance is to be carried out at a designated area.
 This area should be cemented and bunded.
 Provide drip trays in case the nature of job is for a very limited time frame.
 No open oil drainage should be done in or outside the camp.
 Used oil should be collected in drums and disposed off through approved waste contractor(s) to fulfill ISO 14001
requirements.
 Used oil filters and other maintenance waste shall be segregated and disposed through approved waste
contractor(s) to fulfill ISO 14001 requirements.

10.12 Septic Tank System


 Separate System (two pipe system) should be developed.

Page 84 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Dispose sewage in septic system comprising of septic tanks and soak pits. Dispose grey wastewater into
separate soak pits.
 Unlined soak pit should be designed on soil with a sufficient absorptive capacity (please consult Table 7-2 of US
EPA Guidelines on on-site wastewater treatment and disposal system for calculating application rate). In areas
where soil is not good or ground water table is high, a lined pit shall be developed after septic tank. Water
stored in lined pit shall be disposed off at TMA designated spot after taken NOC from TMA.
 Effluent entering into septic tank and coming out from septic tank shall be analyzed to ascertain its quality
(NEQS compliant) and efficiency of septic tank.

Septic tank and soak-away pit shall be built separately, covered, provided with proper vents and surrounded by
protection fence.
 Site septic tank should be at least 20 meters away from the living accommodation and build per standard
engineering practices.
 Contractor will get design and location approval for septic tank and soak-away pit from the Company.

10.13 Waste Disposal

 Contractor can use grey water for sprinkling for dust mitigation especially near community settlements and
make appropriate arrangements (approved by the Company) for black water.
 Adequate number of waste bins to be provided. Domestic effluent to be disposed off properly.
 Solid waste to be scattered properly in respective drums i.e. glass, wood, metal, plastic etc. and send to
approved waste recycling companies.
 Hazardous waste shall be disposed off in an environmental friendly manner through approved waste
contractor.
 Food waste shall be properly disposed off through composting / burial at site.

10.14 Radio Room


Contractor will establish a radio room manned by qualified radio operators and available 24 hours. The radio room
will consist of the following minimum facilities:

 Data, voice and fax links with company’s Head Office in Karachi and Contractor’s Main Office.
 VHF and Standby HF radio links for voice and data.
Radio room will be used to support the local incident management team in case of emergencies.

11 JOURNEY MANAGEMENT & DRIVING

11.1 Transport Safety Specialist


Contractor shall deploy a dedicated Transport Safety Specialist at site full time with the base station to oversee the
maintenance / fitness of vehicles, online VTS data analysis, drivers’ training, drivers’ medical fitness, Transport
Safety Steering Committee Meeting with vehicle contractors, vehicles’ arrival / departure times and other issues.
Transport Safety Specialist should be a DDC Train the Trainer certified and have atleast 3 years of working
experience in a similar role. He can be interviewed by Company HSE Manager before mobilization to site.
11.2 Driver Standard
All drivers shall be in possession of valid driving licenses for the appropriate category of vehicle. No unauthorized
usage of transport shall be tolerated. All drivers to be used in the survey are to be certified by a third party (Consult
& Train or Motor Concept Consulting and Training or Equivalent), at contractors own cost, as fully trained and
competent to drive a particular vehicle in desert. Company may carry out an audit of drivers’ competency prior to
mobilization. Minimum standards for driver qualification, experience, selection and training are as below:

i) Driver Selection
Driver selection procedures should cover:
 Age and experience
 General education and Language (understanding written and verbal instructions)
 Personality
Page 85 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Health
 Driving record and appropriate licenses
 Driving skills and knowledge of defensive driving
 Attitude to substance abuse
 Previous training and qualifications
 Understanding of the highway code
 Previous experience of driving in desert areas
 Transport safety issues and
 Cargo and product knowledge

The driver standards are to be identified and strictly enforced. As a minimum all drivers should a valid Light /
heavy-duty commercial license with five years experience of working in remote field locations and difficult
train, especially desert areas.

ii) Training
Contractor will ensure that all its drivers undergo a formal course on defensive driving (specially tailored for
desert areas) by third party for certification of drivers’ competency prior to mobilization at its own cost.
Drivers should have skills to communicate their location, knowledge about tyres and surveillance techniques
etc.
iii) Drivers’ Hours
An important factor in vehicle incidents is driver fatigue. Work schedules should be arranged so that drivers do
not exceed specified daily and weekly periods of duty, which include both driving and other work related
activities.

11.2 Vehicle Standard


Contractors will manage and maintain its vehicle fleet to the following minimum standards:

 All vehicles are to be in good working condition and mechanically sound for use in area of operations.
 The model of vehicles should not be older than 15 years.
 Contractor will arrange an inspection and fitness Certificate by third party prior to mobilization of all vehicles at
his own cost. Contractor shall renew certification of each vehicle before expiry date. The vehicle without
certification or invalid certification shall not be allowed to be used at any location of Company.
 Vehicle fitness / certification should be documented and next inspection date mentioned.
 In case of any accident / damage to the vehicle it will be re-examined by third party at contractor’s own cost,
and be generated the fitness Certificate. Once Vehicle de-hired / demobilized from Company’s site will also be
re-examined by the same third party if its services will again require by the Contractor.
 Contractor shall prepare inspection sheets of each certified vehicle / equipment on Company advised format on
monthly basis. The copies of inspections sheets shall be sent to the Company for their review. Company may
visit location to verify the health of vehicles / equipment during its validity period.
 Contractor’s and its sub-contractors all vehicles must have online monitoring and tracking system with
reporting requests in terms of:
- Km driven
- Over speeding violations
- Night curfew violations
- Hard / harsh breaking
- Unauthorized stoppage
 All crew supervisors should ensure that all forms of vehicle are correctly fitted with the appropriate safety
equipment.
 A comprehensive inspection is to be performed on each vehicle before going to work site and records
maintained.
 Vehicles should be thoroughly checked for any oil strains and leaks.

Page 86 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Audio-visual warning devices for reversing will help avoid third party ‘crush’ incidents / accidents.
 Vehicle cleanliness both in the camp and outside are an important part of vehicle safety.
 All seating should be securely fixed; passengers should be seated whilst traveling.
 All occupants should have roll bar protection on off road, rough road etc.
 Sideways facing seats should be avoided where possible.
 The use of seat belts by all occupants of cars, vans and goods vehicles should be mandatory.
 Where a vehicle has rear seats, except for buses, these seats should be fitted with seat belts.
 The following minimum safety equipment should be carried on all vehicles:
- Fire extinguisher
- First aid box
- Toolbox kit with steel wire rope and spade etc.

i) Tyre Pressures and Condition


Tyres are an important safety feature requiring careful selection, and operators should be guided by
manufacturers’ recommendations. The condition of Tyres has a significant effect on vehicle steering, road
holding, fuel consumption and braking performance.
Tyres need to be maintained at the correct operating pressure. The Tyre pressures recommended (for hilly /
desert area traveling) should be displayed on vehicles and drivers should be given the means to check them.
Drivers should be responsible for checking Tyre condition on a regular basis and reporting any deficiencies.
Driving in desert require drivers to reduce the tires pressure for smooth running of vehicle in desert but when
the vehicle moves back to black top, the driver again needs to increase the tyre pressure to be able to run the
vehicle smoothly on the black top. If the operation are in desert area then contractor shall ensure that all of the
crew vehicles are equipped with small portable air compressor to be used by drivers to increase the tires
pressure once they come out of the desert. This will help save time and also reduce the chances of tyre bursts
due to increased pressure in the desert

11.3 Vehicle Care


Supervisors and drivers should ensure that all vehicles are road worthy and correctly fitted with the appropriate
safety equipment before a journey commences. Care of the vehicle should be the responsibility of the driver.
Both driver and supervisor have the following responsibilities in respect of vehicle care:
 Daily and weekly inspections of the vehicle on the basis of checklists (Tyres, fluids, brakes, steering, batteries,
lights etc.)
 Ensuring defects that have an immediate effect on safety are reported and that they have been repaired before
the vehicle is put back into operation
 Ensuring that non-critical defects are attended in a timely manner
 Ensuring that servicing and preventive maintenance are carried out as scheduled.

Drivers should be seen as professionals and be expected to take full responsibility for safety and the safety status of
the vehicle. Linking drivers to specific vehicles can enhance their sense of responsibility.

i) Vehicle Maintenance
Contractor should ensure that all its vehicles are in road worthy condition by implementing an effective
maintenance program that should include:
 Setting of appropriate maintenance standards.
 Establishment of schedules for inspection and testing.
 Ensuring checklists cover all safety critical items.
 Availability of appropriately qualified and equipped staff with efficient working facilities to adequately
inspect and maintain vehicles.
 An adequate supply of spare parts.
 An effective system for drivers to report defects.
 Procedures for vehicles to be taken out of service until critical defects are rectified.
 Ready access for drivers to maintenance, inspection & current defect status reports.

Page 87 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Special detailed inspection and repair procedures for vehicles involved in incidents.
 Special attention to be given to any oil strains and leakages.
Contractor should ensure the implementation of the above mentioned components of Journey Management.

11.4 Monitoring
Following mechanisms for monitoring and review should be in place:

 Deploy a dedicated Transport Safety Specialist with the base station to oversee the maintenance / fitness of
vehicle, online VTS data analysis, vehicles’ arrival / departure times and drivers’ training & other issues.
 Driver authorization, training status and audit of driver training;
 Vehicle type and equipment standards;
 Vehicle allocation;
 Progress against safety plans (number and type of inspections, audits and training)
 A system to challenge the need for transport and monitor the effects of change;
 Reporting of vehicle defects, unsafe loads and dangerous road conditions;
 A system for obtaining and acting upon information from weather forecasts;
 Records of driver attendance levels at safety meetings;
 Analysis of results, status and follow-up action of audit and inspections programs.
 Feedback from supervisors and drivers;
 Driver performance assessments of competence (considered most important);
 Staff performance appraisal and absenteeism records;
 Shift cycles, duty hours and rest periods;
 Vehicle maintenance programs;
 Monitoring fuel consumption of vehicles;
 Incident investigation and review;
 Reporting of unsafe loads and vehicle defects;
 Maintaining company HSE statistical data; and
 Monitoring number of accidents, average and total cost of accidents
Contractor drivers should drive the vehicles on roads / proper tracks, without endangering passengers and their
own lives.

11.5 Speed Limits


 Speed limits set for premises and road systems should be seen to be enforced by line management.
 Speed limits where defined shall be prominently displayed in all vehicles.
 Speed limiting rules for vehicles on public roads should be set with caution. Enforcing compliance with a limit,
which is significantly lower than the limits set by traffic authorities.

11.6 General Rules for All Journeys


The following general rules should be observed for all journeys:

 Night time driving and traveling is strictly prohibited except emergencies. In case of emergency approval shall
be taken from the Company Representative (QC).
 Vehicle operations should take account of the journey management plan.
 Freight should only be carried on vehicles that are properly designed for the purpose.
 Vehicles should not be overloaded.
 Attention should be given to positioning of heavy or dense loads so as not to overload or damage any part of
the vehicle or to affect its stability.
 Freight should be securely fixed before movement. All freight vehicles should be equipped with securing
equipment (including lashings, chains, binders, and nets as necessary) and there should be clear instructions for
its proper use.
 The vehicle should have adequate locking and security, particularly for the transportation of hazardous
materials (a safe / secure parking area should be provided for overnight stops).
Page 88 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Drivers should be briefed on the special provisions applicable to the load and their understanding of those
provisions checked before movement. When transporting chemicals or materials of a hazardous nature the
driver must be competent to handle any incident that may occur. The relevant Materials Safety Data Sheets
must also be carried on the vehicle.
 Potentially reactive chemicals or materials should be segregated so that they cannot be brought into contact
with each other.
 The contractor should comply with government or other local regulations and restrictions including such
aspects as route restrictions, requirements for police escort action in event of obstructions, etc. This may be
equally applicable to wide / high loads.
 Passengers and freight should be carried in separate compartments; there should be a means of securing
freight to the vehicle, i.e. securely attaching boxes to vehicle.
 Conversion of a vehicle designed to carry freight to passenger carrying should include safe means of boarding
and should comply with local regulations.
 All fuel containers should be correctly and clearly labeled, and should not be carried inside passenger
compartments.
12. EQUIPMENT AND TOOLS
Contractor will obtain at its own cost “Certificate for Clearance” for its moving and stationary equipment at
Pakistan Petroleum Limited work site following an inspection from third party. This equipment is expected to be
primarily used to setup and run the camp site.

12.1 Earth-Moving Equipment


The following minimum standards will apply to all earth moving equipment to be used by the Contractor in the
execution of the Seismic survey:
Brakes. All earth moving equipment shall have a service braking system capable of stopping and holding the
equipment fully loaded.
Rated capacity: Lift trucks, stackers, etc., shall have the rated capacity clearly posted on the vehicle so that it is
clearly visible to the operator.
Horn The horn shall be maintained in an operative condition.
Reverse Alarm. No contractor shall permit earth moving or compacting equipment which has an obstructed view to
the rear to be used in reverse gear unless the equipment has in operation a reverse signal alarm distinguishable
from the surrounding noise level or an employee signals that it is safe to do so. Also rear view panoramic type
mirrors is a requirement
Driving / Operator License: All drivers and operators of the heavy equipment must have valid license, as per the
state requirement.
Company representative shall hold the authority to reject the operator / driver of any equipment / vehicle who
does not possess valid legal authority. The equipment operators don’t have state’s restriction for license shall have
training and competency certification form third party Consult and Train or Motor Concept Consulting and Training
or Equivalent.
Driving Test: Subject to the sensitivity of operation (particularly on steep terrain, hilly areas etc.), Company retains
the authority to conduct a driving test and issue a driving permit, which are fulfilling Company driving policy
standards.
Unauthorized personnel shall not be permitted to ride on powered industrial trucks. A safe place to ride shall be
provided where riding of trucks is authorized.
Guarding. One or more methods of machine guarding shall be provided to protect the operator and other
employees in the machine area from hazards such as those created by point of operation, ingoing nip points,
rotating parts, flying chips and sparks.
Refueling: While refueling, all equipment shall be switched off.
Preventive Maintenance Program: For the prolong contracts, where a particular equipment is in the operation for a
period of more than one week, the owner of vehicle shall be asked to provide a written Preventive Maintenance
Program.
Page 89 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

General condition: The general condition of all equipment shall be visibly good. Equipment with leaking oil,
ruptured boots and seals are not considered fit-for-purpose.
The worn-up body, fenders, parts, horn are considered flaws which must be repaired and maintained before using
at Company sites.
Drip trays: No maintenance shall be carried out without drip trays on the ground to collect any drips or small
spillages

12.2 Rigging / Lifting Equipment

 Rigging equipment for material handling shall be certified by a recognized third party for its safe use.
 The Contractor shall make and maintain a record of these inspections, and shall make such record available
for examination.
 Defective rigging equipment shall be removed from service.

a) Cranes
 A thorough, annual inspection of the cranes shall be made performed by third party and record of the
dates and results of inspections for crane and each hoisting machine / equipment should be maintained.
 Rated load capacities, and recommended operating speeds, special hazard warnings, or instruction, shall
be conspicuously posted on cranes. Instructions or warnings shall be visible to the operator while he is at
his control station.
 Crane operator shall be assisted by a competent rigger, to observe clearance of the equipment and give
timely warning for all operations and where it is difficult for the operator to maintain the desired clearance
by visual means.
 Hand signals, to crane operators, shall be as per standard. An illustration of the signals shall be posted at
the job site.
 The employer shall designate a competent person who shall inspect all machinery and equipment prior to
each use, and during use, to make sure it is in safe operating condition. Any deficiencies shall be repaired,
or defective parts replaced, before continued use.
 Wire rope shall be taken out of service when any of the following conditions exist:
- In running ropes, six randomly distributed broken wires in one lay or three broken wires in one strand
in one lay;
- Wear of one-third the original diameter of outside individual wires. Kinking, crushing, bird caging,
other damage resulting in distortion of the rope structure;
- Evidence of any heat damage from any cause;
- In standing ropes, more than two broken wires in one lay in sections beyond end connections or more
than one broken wire at an end connection.
 Belts, gears, shafts, pulleys, sprockets, spindles, drums, fly wheels, chains, or other reciprocating, rotating,
or other moving parts or equipment shall be guarded properly, if such parts are exposed to contact by
employees, or otherwise create a hazard.
 Accessible areas within the swing radius of the rear of the rotating superstructure of the crane, either
permanently or temporarily mounted, shall be barricaded in such a manner as to prevent an employee
from being struck or crushed by the crane.
 All exhaust pipes shall be guarded or insulated in areas where contact by employees is possible in the
performance of normal duties.
 Any overhead wire shall be considered to be an energized line unless and until the person owning such line
or the electrical utility authorities indicate that it is not an energized line and it has been visibly grounded;
 Prior to work near transmitter towers where an electrical charge can be induced in the equipment or
materials being handled, the transmitter shall be de-energized or tests shall be made to determine if
electrical charge is induced on the crane. The following precautions shall be taken when necessary to
dissipate induced voltages:

Page 90 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

- The equipment shall be provided with an electrical ground directly to the upper rotating structure
supporting the boom.
- Combustible and flammable materials shall be removed from the immediate area prior to operations.
b) Rigging Equipment

 All rigging equipment shall be marked with their respective SWL (Safe Working Load)
 Rigging equipment shall not be loaded in excess of its recommended safe working load.
 Rigging equipment, when not in use, shall be removed from the immediate work area so as not to present a
hazard to employees.
 Special custom design grabs, hooks, clamps, or other lifting accessories, for such units as modular panels,
prefabricated structures and similar materials, shall be marked to indicate the safe working loads and shall
be proof-tested prior to use to 125 percent of their rated load.

c) Slings

 Each day before being used, the sling and all fastenings and attachments shall be inspected for damage
or defects by a competent person designated by the Contractor.
 Additional inspections shall be performed during sling use, where service conditions warrant.
 Damaged or defective slings shall be immediately removed from service.
 Welded alloy steel chain slings shall have permanently affixed durable identification stating size, grade,
rated capacity, and sling manufacturer.
 Hooks, rings, oblong links, pear-shaped links, welded or mechanical coupling links, or other
attachments, when used with alloy steel chains, shall have a rated capacity at least equal to that of the
chain.
 Job or shop hooks and links, or makeshift fasteners, formed from bolts, rods, etc., or other such
attachments, shall not be used.
 Whenever wear is found at any point of any chain link, the assembly shall be removed from service.
 Slings shall not be shortened with knots or bolts or other makeshift devices.
 Sling legs shall not be kinked.
 Slings shall be padded or protected from the sharp edges of their loads.
 Hands or fingers shall not be placed between the sling and its load while the sling is being tightened
around the load.
 A sling shall not be pulled from under a load when the load is resting on the sling.
 Length of slings shall be as per standards

d) Wire Rope
 All wire ropes shall be used under their stated SWL.
 Protruding ends of strands in splices on slings and bridles shall be covered or blunted.
 Knots shall not secure wire rope, except on haul back lines on scrapers.
 Wire rope should not have any ‘hand made’ eye splicing.
 Competent person as per standards shall perform eye splicing.
 When used for eye splices, the U-bolt shall be applied so that the "U" section is in contact with the
dead end of the rope.
 Shock loading is prohibited.

e) Natural and Synthetic Fiber Rope


 All splices in rope slings shall be as per standard.
 In manila rope, eye splices shall contain at least three full tucks, and short splices shall contain at least
six full tucks (three on each side of the centerline of the splice).
 In laid synthetic fiber rope, eye splices shall contain at least four full tucks, and short splices shall
contain at least eight full tucks (four on each side of the centerline of the splice).
Page 91 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 For all eye splices, the eye shall be sufficiently large to provide an included angle of not greater than
60o at the splice when the eye is placed over the load or support.
 Knots shall not be used in lieu of splices.
 Ropes shall not be used if signs of ‘Abnormal’ wear are found e.g. Powdered fiber between strands,
broken or cut fibers, variations in the size or roundness of strands, Discoloration or rotting, Distortion
of hardware in the sling.

f) Shackles and Hooks


 Shackles and hooks shall be used under specified SWL.
 Shackles shall be removed from service if:
- Thread has been damaged on pin or in tapped hole,
- Pin is loose, does not seat correctly,
- Pin is not straight or shackle is deformed in any way,
- Pin or shackle is reduced by 8% of original diameter,
- Nicks / gouges / cracks or corrosion is evident.

12.3 GENERAL
 All plant, tools and equipment are to be maintained in operable condition.
 All users of plant, tools and equipment are being trained, experienced, and where necessary, licensed and
certified.
 All rotating or moving parts of tools and equipment are adequately guarded to prevent accidental contact by
personnel.
 Every power-driven machine should be provided with adequate means, immediately accessible and readily
identifiable to the operator, of stopping it quickly, and preventing it being started again. In the case of chain
saws and hand-held power tools, this shall be of an automatic or "dead-man-switch" type.
Handling, storage and usage of gas cylinders shall be in accordance with the requirements described below:

 Cylinder should be hydrostatic tested (max. pressure) and from approved vender / manufacturer.
 Stored in separate designed area, covered (protection form sunlight), accessible and safely away from any fire
ignition / combustible materials.
 Filled and empty should be stored separate and clearly marked.
 Cylinder should always be in upright position and secured with individual chain links.
 Cylinder not in use should be removed from location to storage area.
 Cylinder should always be transported in secured and upright position also.
 Hoses should be protected from kinking or tangling, being stepped upon, run over by vehicles or otherwise
damaged.
 A check valve shall be installed between the cylinder and fuel-gas hose immediately after the pressure
regulator.

a) Electrical Equipment
 Electrical hand-held equipment shall be appropriately connected to an external supply with ELCB’s.
 Contractor should ensure that all portable equipment is disconnected from the power supply when not in
use.
 All flexible cables shall be of industrial grade, in good and safe working condition. Taped joints in cables
shall not be permitted and plugs will always be used in power sockets. The cables shall be protected against
mechanical damage.

b) Electric Arc Welding


 Welding procedure shall be developed by contractor and approved by Company QC.
 Both alternating and direct current welding are acceptable.
 Welding protection screens and mandatory PPE shall be used.
 Fire protection and fire fighting equipment shall be available at each activity.

Page 92 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Electrode holders with a completely insulated head shall always be used, and uninsulated cable lugs shall
not be permitted.
 All cables shall be in good condition without mechanical damage. Joints are not permitted. All cables shall
be kept out of water and coiled when not in use.

c) Gas Welding / Cutting

 Necessary PPE shall be used.


 Fire protection and fire fighting equipment shall be available at each activity.
 A flashback arrester and check valve shall be installed between the cylinder and fuel-gas hose immediately
after the pressure regulator and also on the oxygen line.
 Hoses shall be inspected frequently for leaks, wear and loose connections. Leaks shall be repaired
immediately by cutting out the defective part of the hose and inserting a tube with two hose clamps.
Taping of worn hoses is not permitted

12.4 Safety Requirements for Water Bodies Operation


If seismic operations are required to be carried out in water bodies then Contractor shall require to comply with
following safety requirements:

 Contractor shall be responsible to arrange an inspection and fitness Certificate of boats through reputable
third party organization.
 All SOPs and comprehensive risk assessment shall be carried out by contractor and documented.
 Provision of safety equipment / gadgets shall be available in all boats (such as VHF Radio, Fire Extinguishers,
First Aid Kits, Life rings, Paddles)
 Rescue drill / man Over Board drill shall be conducted once in a month
 Availability of fully equipped Rescue Boats along with Rescue swimmer shall be ensured as per need
 Daily Pre trip Boats inspection mechanism shall be implemented at site.
 Preventive Maintenance Program shall be developed and implemented for all boats and its accessories.
 All boat Operators shall be trained and certified from relevant government authority.
 Swim test need shall be conducted by domain expert comply with IAGC guidelines
 Physically fit workers shall be allowed for water operation and Age Limit Policy shall be developed for water
bodies operation.
 Sea Survival Training for relevant staff shall be arranged if it is required.
 Passenger and Load Capacity shall be determined as per manufacturer recommendation for all boats and
safety signs / sticker shall be posted in all boats.
 Boat Journey Management shall be prepared and available at site.
 Night operation shall not be allowed for working in water bodies using boats.
 Heat management plan shall be developed to ensure that the crew has sufficient preparations / resources
in view of the hot weather. It includes arrangements for provision of necessary resources to the crew
members which will help them prevent heat related disorders. In addition, it also outlines the necessary
information about heat disorders and the line of action to be taken in case of heat related emergency.

13. SAFETY REQUIREMENTS EXPLOSIVES & HAZARDOUS CHEIMICALS


Explosives will be needed during the survey and the contractor is required to maintain the following minimum
standards, while handling the various aspects of the operation. In order to prevent premature detonation, particular
attention should be given to transportation, handling and storage of explosives.
13.1 Storage of Explosives
a) Separation of Stored Explosive Material

 Detonators shall not be stored in the same magazine with other explosive material.
 Containers shall be used for storage of dynamite and detonators.

Page 93 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

b) Areas around Explosive Material Storage Facilities

 Areas surrounding storage facilities for explosive material shall be clear of rubbish, brush, dry grass, and
trees for 25 feet in all directions.
 Other combustibles shall not be stored or allowed to accumulate within 50 feet of explosive material.
 Combustible liquids shall be stored in a manner that ensures drainage will occur away from the explosive
material storage facility in case of tank rupture.

c) Explosive Material Storage Practices

 Explosive material shall be:


- Stored in a manner to facilitate use of oldest stocks first.
- Stored according to brand and grade in such a manner as to facilitate identification; and
- Stacked in a stable manner but not more than 8 feet high.
 Explosives and detonators shall be stored in closed nonconductive containers except that non-electric
detonating devices may be stored on nonconductive racks provided the case-insert instructions and the
date-plant-shift code are maintained with the product.
 Explosives material / container should be labeled with proper warning.

d) Explosive Material Storage Facilities

 Detonators and explosives shall be stored in magazines.


 Packaged blasting agents shall be stored in a magazine or other facility, which is ventilated to prevent
dampness and excessive heating, weather-resistant, and locked or attended.
 Bulk blasting agents shall be stored in weather-resistant bins or tanks, which are locked, attended, or
otherwise inaccessible to unauthorized entry.

e) Location of Explosive Material Storage Facilities:


Storage facilities for any explosive material shall be:

 Located so that the forces generated by a storage facility explosion will not create a hazard to occupants in
mine buildings and will not damage dams or electric substations; and
 Detached structures located outside the blast area and a sufficient distance from power lines so that the
power lines, if damaged, would not contact the magazines.

f) Magazine requirements
Magazines shall be:

 Structurally sound, lockable explosives and separate detonator magazine of steel construction to be
provided as opposed to the tent;
 Noncombustible or the exterior covered with fire-resistant material;
- Bullet resistant;
- Made of non-sparking material on the inside;
- Ventilated to control dampness and excessive heating within the magazine;
- Posted with appropriate warning signs that indicate the contents and are visible from each approach;
- Kept clean and dry inside;
- Unlighted or lighted by devices that are specifically designed for use in magazines and which do not
create a fire or explosion hazard;
- Unheated or heated only with devices that does not create a fire or explosion hazard;

Page 94 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

- Locked when unattended; and


- Used exclusively for the storage of explosive material except for essential non-sparking equipment
used for the operation of the magazine.
 Metal magazines shall be equipped with electrical bonding connections between all conductive portions so
the entire structure is at the same electrical potential. Suitable electrical bonding methods include welding,
riveting, or the use of securely tightened bolts where individual metal portions are joined. Conductive
portions of nonmetal magazines shall be grounded.
 Electrical switches and outlets shall be located on the outside of the magazine.

13.2 Transportation of Explosive


a) Delivery to Storage or Blast Site Areas
Explosive material shall be transported without undue delay to storage area or blast site.
b) Separation of Transported Explosive Material
Detonators shall not be transported on the same vehicle or conveyance with other explosives except as follows:
 Detonators in quantities of more than 1000 may be transported in a vehicle or conveyance with
explosives or blasting agents provided the detonators are:
- Maintained in the original packaging as shipped from the manufacturer; and
- Separated from explosives or blasting agents by 4-inches of hardwood or equivalent, or a
laminated partition. The hardwood or equivalent shall be fastened to the vehicle or conveyance.
 Detonators in quantities of 1000 or fewer may be transported with explosives or blasting agents
provided the detonators are:
- Kept in closed containers; and
- Separated from explosives or blasting agents by 4-inches of hardwood or equivalent, or a laminated
partition. The hardwood or equivalent shall be fastened to the vehicle or conveyance.
c) Vehicles for Transporting Explosives
Vehicles containing explosive material shall be:
 Maintained in good condition
 Licensed vehicle from Chief Inspector of Explosives.
 Equipped with sides and enclosures higher than the explosive material being transported or have the
explosive material secured to a nonconductive pallet;
 Equipped with a cargo space that shall contain the explosive material (passenger areas shall not be
considered cargo space);
 Equipped with at least two multipurpose dry-chemical fire extinguishers or one such extinguisher and an
automatic fire suppression system;
 Posted with warning signs that indicate the contents and are visible from each approach;
 Occupied only by persons necessary for handling the explosive material;
 Attended or the cargo compartment locked, except when parked at the blast site and loading is in progress;
and
 Secured while parked by having:
- The brakes set;
- The wheels choked if movement could occur; and
- The engine shut off unless powering a device being used in the loading operation.
Vehicles containing explosives shall have:
 No sparking material exposed in the cargo space; and
 Only properly secured non-sparking equipment in the cargo space with the explosives.
Vehicles used for dispensing bulk explosive material shall:
 Have no zinc or copper exposed in the cargo space; and
 Provide any enclosed screw-type conveyors with protection against internal pressure and friction heat.

Page 95 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

13.3 Control of Blasting Operations


 Only persons trained and experienced in the handling and use of explosive material shall carry out direct
blasting operations and related activities.
 Trainees and inexperienced persons shall work only in the immediate presence of persons trained and
experienced in the handling and use of explosive material.
a) Blast Hole Obstruction Check
 Before loading, blast holes shall be checked and, wherever possible, cleared of obstructions.
b) Separation of Explosive Material
 Explosives and blasting agents shall be kept separated from detonators until loading begins.
c) Initiation Preparation
 Primers shall be made up only at the time of use and as close to the blast site as conditions allow.
 Primers shall be prepared with the detonator contained securely and completely within the explosive or
contained securely and appropriately for its design in the tunnel or cap well.
 When using detonating cord to initiate another explosive, a connection shall be prepared with the
detonating cord threaded through, attached securely to, or otherwise in contact with the explosive.
d) Primer Protection
 Tamping shall not be done directly on a primer.
 Rigid cartridges of explosives agents that are 4 inches (100 millimeters) in diameter or larger shall not be
dropped on the primer except where the blast hole contains sufficient depth of water to protect the primer
from impact. Slit packages of prill, water gel, or emulsions are not considered rigid cartridges and may be
drop loaded.
e) Unused Explosive Material
 Unused explosive material shall be moved to a protected location as soon as practical after loading
operations are completed.
f) Loading, Blasting, and Security
 When explosive materials or initiating systems are brought to the blast site, the blast site shall be attended;
barricaded and posted with warning signs, such as ``Danger'', ``Explosives'', ``Keep Out'', etc., or flagged
against unauthorized entry.
 Vehicles & equipment shall not be driven over explosive material or initiating systems in a manner, which
could contact material or systems, or create other hazards.
 Once loading begins, the only activities permitted within the blast site shall be those activities directly
related to the blasting operation and the activities of surveying, stemming, sampling of geology, and
reopening of holes, provided that reasonable care is exercised. Haulage activity is permitted near the base
of a high wall being loaded or awaiting firing, provided no other haulage access exists.
 Loading and blasting shall be conducted in a manner designed to facilitate a continuous process, with the
blast fired as soon as possible following the completion of loading. Explosives shall not be left more than 72
hours and will remain guarded at all the time.
 In electric blasting prior to connecting to the power source, and in non-electric blasting prior to attaching
an initiating device, all persons shall leave the blast area except persons in a blasting shelter or other
location that protects them from concussion (shock wave), flying material, and gases.
 Before firing a blast:
- Ample warning shall be given to allow all persons to be evacuated;
- Clear exit routes shall be provided for persons firing the round; and
- All access routes to the blast area shall be guarded or barricaded to prevent the passage of persons or
vehicles.
 Work shall not resume in the blast area until a person has conducted a post-blast examination addressing
potential blast-related hazards with the ability and experience to perform the examination.
g) Drill Stem Loading
 Explosive material shall not be loaded into blast holes with drill stem equipment or other devices that
could be extracted while containing explosive material. The use of loading hose, collar sleeves, or collar
pipes is permitted.
h) Initiation Systems
 Initiation systems shall be used in accordance with the manufacturer's instructions.

Page 96 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

i) Fuel Oil Requirements for ANFO


 Liquid hydrocarbon fuels with flash points lower than that of No. 2 diesel oil (125 o F) shall not be used to
prepare ammonium nitrate-fuel oil, except that diesel fuels with flash points not less than 100 o F may be
used at ambient air temp. below 45o F.
 Waste oil, including crankcase oil, shall not be used to prepare ammonium nitrate fuel oil.
j) Misfire Waiting Period
When a misfire is suspected, persons shall not enter the blast area:

 For 30 minutes if safety fuse and blasting caps are used; or


 For 14 minutes if any other type of detonators are used.
k) Handling of Misfires
 Faces and muck piles shall be examined for misfires after each blasting operation.
 Only work necessary to remove a misfire and protect the safety of miners engaged in the removal shall be
permitted in the affected area until the misfire is disposed of in a safe manner.
 When a misfire cannot be disposed of safely, each approach to the area affected by the misfire shall be
posted with a warning sign at a conspicuous location to prohibit entry, and the condition shall be reported
immediately to mine management.
 Misfires occurring during the shift shall be reported to mine management not later than the end of the
shift.
Contractor should develop and implement procedure for handling misfires according to national and
international standards and ensure that people will be trained accordingly dealing with explosives / misfires.
l) Secondary Blasting
 Secondary blasts fired at the same time in the same work area shall be initiated from one source.

13.4 Equipment & Tools for Explosives


 Only non-sparking tools shall be used to open containers of explosive material or to punch holes in
explosive cartridges.
 Tamping and loading poles shall be of wood or other nonconductive, non-sparking material. Couplings for
poles shall be non-sparking.

13.5 General Requirements of Explosive Handling


a) Damaged or Deteriorated Explosive Material
 Damaged or deteriorated explosive material shall be disposed of in a safe manner in accordance with the
instructions of the manufacturer.
b) Black Powder
 Black powder shall be used for blasting only when a desired result cannot be obtained with another type of
explosive, such as in quarrying certain types of dimension stone.
 Containers of black powder shall be non-sparking;
 Containers of black powder shall be kept in a totally enclosed cargo space while being transported by a
vehicle
 Containers of black powder shall be securely closed at all times when:
- Within 50 feet of any magazine or open flame;
- Within any building in which a fuel-fired or exposed-element electric heater is operating; or
- In an area where electrical or incandescent-particle sparks could result in powder ignition; and
- Opened only when the powder is being transferred to a blast hole or another container and only in
locations not listed in paragraph.
 Black powder shall be transferred from containers only by pouring.
 Spills shall be cleaned up promptly with non-sparking equipment. Contaminated powder shall be put into a
container of water and shall be disposed of promptly after the granules have disintegrated, or the spill
area shall be flushed promptly with water until the granules have disintegrated completely.
 Washing the stemming and powder charge shall dispose of misfires from the blast hole, and removing and
disposing of the initiator in accordance with the requirement for damaged explosives.

Page 97 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Holes shall not be reloaded for at least 12 hours when the blast holes have failed to break as planned.
c) Excessive Temperatures
 Where heat could cause premature detonation, explosive material shall not be loaded into hot areas, such
as kilns or sprung holes.
 When blasting sulfide ores where hot holes occur that may react with explosive material in blast holes,
operators shall:
- Measure an appropriate number of blast hole temperatures in order to assess the specific mine
conditions prior to the introduction of explosive material;
- Limit the time between the completion of loading and the initiation of the blast to no more than 12
hours; and
- Take other special precautions to address the specific conditions at the mine to prevent premature
detonation.
d) Burning Explosive Material
If explosive material is suspected of burning at the blast site, persons shall be evacuated from the endangered
area and shall not return for at least one hour after the burning or suspected burning has stopped.
e) Smoking and Open Flames
Smoking and use of open flames shall not be permitted within 50 feet of explosive material except when
separated by permanent noncombustible barriers. This standard does not apply to devices designed to ignite
safety fuse or to heating devices, which do not create a fire or explosion hazard.
f) Protection of Explosive Material
 Explosive material shall be protected from temperatures in excess of 140 o Fahrenheit.
 Explosive material shall be protected from impact, except for tamping and dropping during loading.
13.6 Hazardous Chemicals
 All chemicals or other dangerous substances to be used in the contract will be suitably packaged which will
include clear identification of the substance concerned and prominent hazard warning signs. Materials Safety
Data Sheets (MSDS) shall be available at site and attached to all.
 Each delivery shall invoice or other documentation. This is to ensure appropriate recording and dissemination
to all concerned.
 The information contained in the Materials Safety Data Sheets (MSDS) must include at least:
- Chemical identification and data.
- Fire and explosion (Flash point temperature, flammable limit range, auto ignition temperature).
- Health aspects (nature of hazards, TLV-STEL, TLV-TWA).
- Emergency procedures (firefighting agent, spillage, personnel exposure, and first aid).
- Environmental (emissions to atmosphere, spillage, neutralizer procedure).
- Transportation procedure.
- Personnel protective equipment to be worn.
- Storage requirements.

14. HSE REPORTING


14.1 Incident / Accident Reporting
 Contractor shall report all accidents and incidents to the Company.
 Contractor is required to have an accident / incident reporting system to address all types of accidents and
incidents as classified in their procedure.
 Contractor will be required to implement corrective measures that arise from the accident investigation.
 Contractor shall follow all requirements of Company Procedure on Incident Investigation & Reporting (PPL
– QHSE / PR / 206). Few key requirements of the procedure are mentioned below:
- Contractor must report all incidents including near misses, occupational injury and illness cases involving
Company's, Contractor's or any third party's personnel, property damages and environment incidents etc.
to the Company through VelocityEHS Software, irrespective of level of severity.

Page 98 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

- Contractor shall submit all incident / accident reports within 24 hours from the occurrence of such event to
the Company. However, major incidents including fatalities shall be informed on immediate basis to the
Company.

- Contractor shall be liable for reporting all incidents / accidents at site to concerned Government authorities
e.g. CIM etc. as per legal and regulatory requirements within specified timeframe with intimation to the
Company.

- Incidents need to be investigated to find out root cause(s) to take corrective action(s) for preventing
reoccurrence in future. Incident Investigation Report shall be submitted to Company within 5 days from the
occurring of the incident through Velocity EHS Software for review and approval.

- Investigation of accidents with critical nature and posing potential hazards may be jointly investigated by a
team comprising representation from Contractor & Company.

14.2 Audits & Inspections


Contractor shall conduct HSE inspections of his operations on site locations on fortnightly basis as minimum, this
inspection shall essentially include inspection of clinic, ambulance, first aid facilities, kitchen & dining areas, fuel
storage area, explosive magazine camp, workshops, emergency handling equipment including fire extinguishers,
emergency eye wash etc. as minimum. Contractor shall document inspection findings and take action to remediate
inspection findings.
Contractor's Rep. from Country Office shall conduct Internal HSE audits on quarterly basis for identifying HSE gaps
and its closure for continual improvement.
Contractor shall allow Company and Company representative or designee and Regulators including CIM, EPA and
Forest Officials, access at any time to the administrative office, work site crew(s), equipment, personnel and
records, pertaining to this Contract, when requested, to enable inspection / audit of any aspect of Contractor
operations relevant to Health, Safety and Environment. Contractor shall appoint official(s) to be present during such
activity. Inspection / Audit findings where relevant will be discussed with Contractor and its subcontractors for
compliance.
Contractor shall make available all necessary records / documentation as may be required by Government Depts. /
EPAs and the Company.
Company Representative / head office staff will carry out occupational Health, Safety & Environment Management
System Audit with or without prior notice and findings will be shared with the Contractor for compliance.

15 HSE Reports
Contractor’s Daily HSE Report

 Unsafe Acts / Conditions Observed / reported


 Incidents / Accidents with brief description
 Meetings / Trainings
 Inspections and Audits
 Tool Box talks with topics and no. of attendees
 POB
 Waste Generation
 Resource Utilization e.g. Water, Fuel etc.
Contractor’s Weekly HSE Report
Weekly reports should be statistical which contains the following:
 Incidents / Accidents with brief description
 Medical Records
 HSE Training, Meetings, Inspections and Audits during the week
 Waste Generation and disposed off in a week

Page 99 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Resources Utilization e.g. Water, Fuel etc.


 Average Weekly Temperatures (Minimum and Maximum)
 Average Weekly POB
Besides this, Contractor shall also submit the monthly QHSE performance report to the Company on the
template (refer to Appendix M for the template) by the third day of each month.

Contractor’s Weekly CAR (Corrective Action Register)


CAR shall include all the unsafe acts / condition observed reported during the week. The details should be as
follows:
 Date of Observation
 Observation / Issue
 Location
 Corrective Action required
 Target Date
 Revised Date

16. EMERGENCY RESPONSE AND MEDICAL EVACUATION


When all safeguards fail, only tried and tested contingency plans can make the difference between situation
recovery and serious loss. The Contractor would be required to have emergency response plan, related organization
and physical facilities in place at the work site to respond to any unforeseen emergency.
The following requirement addresses the need for the planning, organization, facilities and equipment required to
deal with emergency situations.

16.1 Emergency Response Plan


Emergency response plans should be developed for all likely situations and shall be based on assessed risks.
Emergency response plans shall define roles and responsibilities of persons involved and shall address particular
locations, sections and departments in detail.
The plan should address:

 Death, serious injury, sickness


 Fire, explosion, major property damage
 Major spill / pollution
 Security incidents such as kidnap and / or extortion if applicable
 Weather emergencies e.g. hurricanes, floods
 Breakdown of law and order
 Bomb threat
The plan should adequately cover:
 Protecting people
 Compliance with national / local regulations
 Limiting losses
 Limiting public exposure, legal liabilities, fines, etc.
Contractor shall develop its Emergency Response Procedures including weekly evacuation drills and fortnightly
scenario based drills / exercise Matrix.
The subject plan will be tested by conducting an Emergency Response exercise involving all parties immediately
after the Contractor crew mobilization is completed.

16.2 Emergency Control Organization


The human resources required to put the plans into effect must be trained in how to do that. Emergency response
teams both at the work site and head office level should be designated with clearly defined roles and
responsibilities. Emergency team(s) should be adequate in terms of size and qualifications to deal with probable
emergency situations.

Page 100 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

The emergency control teams can include but not limited to:
 Fire response team
 First aid team
 Spill control team
 Local management team (LMT)
16.3 Facilities & Equipment
Dedicated facilities and equipment are to be made available for management of emergencies. The minimum
requirements are given below:
 A dedicated emergency control center should be designated at work site.
 Adequate protective and rescue equipment should be provided e.g. detection / alarm and fire extinguishing
systems.
 First aid facilities and equipment should be adequate and well maintained. A list of names of first aiders should
be prominently displayed in the first aid room / location(s).
 Adequate oil spill control equipment and support services should be provided.
 Contractor will ensure that one VHF radio and / or V-set is available as a mean of communication in case of any
Emergency.

16.4 Fire Precaution & Alarms


 Contractor shall make arrangements for installation of proper fire pumps to deal with any fire of high intensity
on the crew.
 Contractor shall prominently publish in all relevant languages and at all areas of the working sites, the
procedures to be carried out in the event of fire. This should include the sounding of an alarm, assembly points
and calling the roll, and the importance of personnel keeping out of danger.
 Contractor will establish a program of routine mustering, firefighting, oil spillages, uncontrolled explosion etc.
and scenario based emergency response drills and progress of plan will be monitored by Company on a regular
basis.

16.5 Medivac & Contingency Plan

 Contractor will arrange its own Medivac by surface transport.

17. COMMUNITY REQUIREMENTS

17.1 Company’s Community Relations (CR) Policy & Commitment


Pakistan Petroleum Limited (PPL), being a socially responsible entity, believes that local communities are very
important stakeholders. Maintaining peaceful and congenial relations with communities is fundamental to its social
commitment. It makes sure that the communities living in and around the operational areas are given reasonable
job opportunities and do get benefited from economic opportunities that are incidental to its activities in the area.
We seek to enhance the quality of life of people of the communities where PPL has a significant presence or
interest. With the integration of corporate citizenship as a strategic component of business practice, it is our goal to
be viewed and perceived among all stakeholders as a good neighbor, caring employer and valued partner. In
general, the following points underscore our commitment towards Social Responsibility:

 Our working practices and activities should reflect our commitment of being socially responsible and
community-caring company.
 Our activities should not be in total isolation from the communities.
 Our presence should demonstrate the evidence of being good neighbor.
 Our field personnel should respect local cultures and traditions.
 Our objective is to be a strong community contributor and to behave ethically.
 Our operations should avoid causing any damage to the environment and properties of the communities.
 Minimizing the impact of any damage caused to the environment, property, crops, and infrastructure of the
communities.

Page 101 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Our operations should avoid the social and economic displacements of the communities.
 Minimizing and eliminating the impact of any social or economic displacement of communities caused due to
our operations.
 Preference to the local communities while procuring manpower and ancillary services, materials and other
kinds of consumables which are available in the local or nearest markets etc.
 Sustainable development and participatory approach for bringing lasting benefits and opportunities to
communities.

17.2 CR Guidelines for Contractors


PPL being a corporate social responsible entity commits to provide maximum employment & economic
opportunities to the communities of its operational areas. It believes that contractors are integral part of its
community relations’ efforts and major stakeholders in maintaining a harmonious and friendly social environment.
They are face of the company while coming in close contact with communities. In order to align its community
relations’ approach with that of its contractors, PPL has instituted a set of guidelines to be complied by all
contractors working for it.
a) Employment & Economic Opportunities
Contractor should develop community friendly policies to encourage for local employment and small business
opportunities.
While adhering to the standard(s) and quality required of PPL’s contractors (including subcontractors), including
all the obligations under their contract with PPL related thereto, in its full and proper performance under the
said contract, Contractor and its subcontractors for the performance under its said contract shall ensure that:
 All unskilled workers (100%) must be recruited from the local surroundings and / or community of the
areas of operation. No outside labor/unskilled worker will be allowed to work for unskilled jobs during
the entire seismic activities.
 Contractor must bring to the knowledge of PPL Site Representatives for recruitment of semi-skilled
and skilled workers for its operation. This mechanism is required so that for any particular skill local
community person can be hired where minimum training is required (where possible) and mutually agreed
to maximize local community personnel for semi-skill and skilled jobs.
 Measures should be taken for capacity building of local community through enhancing the expertise
and providing opportunities for the training of young graduates in the fields especially specific to the
contractors’ scope of work.
 Contractor shall make all reasonable efforts to procure from local contractors such services as are
required and are being provided by local contractors in the local surroundings and / or community of the
area of operations, provided they are competitive. Preference shall always be given to the local contractor
for services, if equally (or more) competitive than a national contractor for any particular service procured.
 In all work, related activities, PPL’s Contractor (including Subcontractors) should acquire supplies /
materials (such as construction materials, consumables, etc.) which are available in the local surroundings
and / or community, provided such supplies and materials are competitive with regard to price, quality,
service and schedule of delivery herein and in no way prejudices the standards required under Contract.
 Contractor shall compensate, in consultation with PPL, any economic disturbance caused to any local
individual or community due to their activities.

b) Work Practices
 Contractor shall comply with the relevant labor laws of the country and follow fair labor practices.
Contractor must ensure that the salaries & other dues of all especially local employees, sub-vendors, sub-
contractors etc. are paid well within the time agreed with them.
 Contractor must ensure that all norms and standards generally required of PPL contractors are being
practiced in provision of food, wages, PPE and work timings for the local employees and to ensure that
justice and equity is being practiced while provision of the above.
 Contractor shall ensure that disputes and conflicts with the local communities are settled amicably in a
timely manner but definitely before completion of Contract.
 Contractor shall be required to fulfill all its liabilities and commitments with regards to the matters related
to community before demobilization.
 Contractor shall be required to execute in black & white (on stamp paper) all the agreements with
community vis-à-vis use of any land, acquisition of quarries and such other matters which directly or

Page 102 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

indirectly would be committed to be fulfilled by it and therefore shall be required to produce the copies of
such agreements.
 Contractor shall ensure that they (and / or their subcontractor) cause no damage to the local environment,
water-ways (flowing or dry), foot-paths, roads, animal life, standing crops / trees etc. If any accidental or
incidental damage is caused, then such damage shall be immediately repaired and any disturbance should
be amicably and reasonably compensated.
 Contractor shall avoid indiscriminate use of vacant land / any unapproved quarrying.
 Contractor shall use existing tracks wherever possible, however if they require to make new tracks every
effort shall be made to avoid usage of cultivable land or have natural vegetation.
 Contractor shall avoid indiscriminate use of vacant land for their transport plying (road usage).
 Contractor shall avoid damaging natural vegetation, shrubs, herbs, bushes and trees, in case of damage
proper compensation shall be paid to the landowners. Source of income for the local community in the
days of drought depends on these vegetation / herbs / tress / bushes.
 Contractor should not unnecessarily raise expectations of community, which may cause unreasonable and
excessive demands by the community.
 Contractor shall compensate, in consultation with PPL, any economic disturbance / displacement caused to
any local individual or community due to its activities.
 Contractor shall be required to make and complete all the payments and compensation with regards to any
quarry, land use, damages to natural vegetation, shrubs, herbs, bushes and trees or any other service taken
from local community within stipulated period of time (before demobilization).
 Contractor shall be required to deal matters directly for the acquisition of any land for its Base camp or any
other purpose and acquisition of any quarry and hence make the payments thereof. However, it shall be
required to submit the copy of agreement made (on stamp paper) with community with regards to such
agreements.

17.3 Community Relations Management for Contractors


 The responsibility of handling day to day affairs and such other matters which emanate directly or indirectly
from the activities involved in the contracted scope of work shall be of contractor except / otherwise
specified by the company.
 Contractor should nominate a person / team for handling community relations’ affairs. It is essential that
such person / team should know the local languages and cultures.
 Contractor appointed community relations person / team will work to address the jobs, permitting and other
activity related issues from time to time. Any incident, which may impact community relations, should be
reported immediately to PPL personnel and instant and effective remedies be worked out to address the
issue.

17.4 Permitting and Crop Compensation


 Contractor will be responsible for all activities involving permitting and crop compensation.
 Contractor will submit his approved “Permitting Plan” along with the resumes of the permitting team.
 Contractor will engage a team of professional Land Permit men having familiarity of local language and culture
and previous experience of permitting and community relations.
 Contractor’ Permit men will devise a strategy of permitting and crop compensation. The strategy will
chronologically start from reconnaissance to information dissemination (road shows), permitting (signatures on
permitting form), chaining, damages record and actual payment of compensation.
 Contractor will be required to make all activities ranging from information dissemination to payment of
compensation community friendly and according to both Company’s procedures and guidelines provided
herein and the relevant state laws and regulations. Contractor will avoid any ambiguity, delays or lack of
communication at all levels.
 Contractor will be required to pay off compensation to the land / crop owner at the time of picking of each
survey line.
 Contractor will be required to avoid any damage to local infrastructure, cultural heritage or any other property
e.g. houses, fortifications, water channels, kutcha and pacca track, water wells etc. However, in case of any
damage Contractor will immediately pay off the damage compensation or repair the damage whatever agreed
with the owner, community panchayat.

Page 103 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Contractor will be required to avoid causing any damage to culture, social norms, and routine life of people and
livestock. In wake of any such event, Contractor will immediately take some remedial measures as mutually
agreed with community.
 Contractor will be required to ensure paying compensation to the legitimate owners of whatever land, crops or
any natural resources, including water, vegetation, natural vegetation, herbs, shrubs, trees, bushes etc. they
use or damage.
 Contractor will be bound to furnish all records relating to the activities of land permitting, compensation
payments of crop and other property damages at the time of completion of the operation to the Company’s
Exploration Dept. both in hard and soft form. The record shall include the receipts of compensation payments
(a Rs. 2 revenue stamp should be affixed on the receipts), copy of the National Identity Card of the landowner
and a digital photo of the person receiving the compensation payment.
 Contractor shall intimate and provide Company copies of any lease agreements executed between Contractor
and community in respect of acquisition of any land for Base Camps, Magazine camps or for that matter any
other purpose.
 Contractor will be bound to satisfy all claims before demobilize field base camp.
 Contractor shall provide report to Company’s Representative QC on daily basis with specific details about the
activities relating to land permitting, damages to the crop and other properties. The inventory of damages has
to be maintained properly and the same has to be reported also.

17.5 Work Stoppage and Stand by Charges


 Company believes that if the community is informed well in advance about all activities and employment
policies are community friendly, the chances of work stoppage will be very minimal. Contractor, however, will
bear all stand-by charges time losses.
 Contractor will be required to satisfy the company as to having fulfilled its obligations for local employment and
extending economic opportunities to local community as per the guidelines above as well as following the
recommended work practices.
 No compensation will be given to the contractor for any stoppages due to community related issues.

a) Dos and Don’ts


 Contractor shall ensure that religious matters are not discussed in their staff as there are multi
religions in the region, anything repugnant can flare the situation.
 Contractor shall avoid use of tape recorder or any other device for entertainment in the villages and
population as locals do not like it.
 Contractor should not indiscriminately use vacant land or damages bushes, shrubs and natural
vegetation.
 Contractor should advise their drivers to drive carefully in the area as lots of animal are grazing in the
area and their vehicles might hit them.
 Contractor should avoid indiscriminate use of agricultural land as there are very limited pieces of
cultivable land.
 Company would appreciate if contractor provide sweat water to neighboring communities which will
have good positive impact.

17.6 CR Reporting
Contractor shall be required to submit daily and weekly report to Company’s Representative QC specifying the
following:
 Number of jobs offered to the local community and their wages. This shall specify separately the
names and trades of skilled, semi-skilled and unskilled jobs offered to the people of local community or
surrounding areas of the operation.
 Daily POB with designation
 Contractor shall be required to reflect comparative ratio and percentage of local employees with that
of total workforce involved in the operation in its daily reports.
 Contractor shall be required to fulfill the requirements in such a way that its reports should reflect the
demonstrative ratio of both employment and economic opportunities to the local community.
 Number of economic opportunities and their volume offered to the community.

Page 104 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

 Number of other ancillary services including supplies of materials, consumables etc. and their nature
and quantum provided to local community.
 This shall be on forms or formats acceptable to the Company.

17.7 Training & Awareness


a) Technical Training
Where possible Contractor may provide, in consultation with PPL, training opportunities to suitable locals in
semi-skilled and skilled trades.
b) CR Induction
Contractor should arrange community relations’ induction for those of their new non-local employees who will
interact with the local communities.

18. PENALTY
PPL may deduct 1% of the total project cost on noncompliance of any one (or more) of the below HSE
requirements:
- Non-compliance of HSE related legal requirements applicable to Seismic Project.
- Third party testing requirements defined in the Exhibit I of the ITB document (e.g. emission testing of
vehicles, defensive driving training, electrical certification / inspection, fitness certification of vehicles and
load testing of cranes and rigging equipment)
- Fail to deploy resource as per Exhibit I of the ITB document (Doctor, HSE Advisor, Assistant HSE Advisor,
Medic and Transport Safety Specialist)
- Non-fulfilment in installation of VTS in all vehicles.
- Non-fulfilment in medical screening of staff.

Page 105 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT - J
DELIVERABLES

1. Raw Field and Support Data

Followings are the deliverable of raw field seismic and support data
i. Raw Field SEG-D data: 5 sets (Four set on 3490/3590/3592 or LTO5 cartridges and one set on
external hard-disk)

ii. Support Data and Field Processed data:5 sets (4 sets on DVDs and one set on external hard-disk)

2. Up-Hole/LVL Data

Five sets of the following on DVD or External Hard-disk

i. Navigation data for up-hole data acquisition on computer file in ASCII format

ii. Map at 1:50,000 scale for location of up-holes

iii. Field monitor of all up-hole data records

iv. Recorded up-hole data on computer file in ASCII format

v. Print out of all computations

vi. Processed up-hole data on computer file in ASCII format

vii. Computer generated contour map at 1:50,000 scale for weathering and sub-weathering velocities,
thickness of the weathered layers and total thickness of weathered layer. This map will also be
required on CD

viii. Computer generated contour map on computer file in ASCII, DXF and shape file format

3. Geodetic Data

Five sets of the following on DVD or External Hard-disk

i. Coordinate of all surveyed source points (pre-plot and post-plot) and receiver points in Latitude
and Longitude with WGS84 datum

ii. Coordinate of all surveyed shot points (pre drill and post drill) and receiver points in Xs and Ys

iii. Coordinate of all bench marks in Latitude and Longitude with WGS84 datum

iv. Coordinate of all bench marks in Xs and Ys

4. In-Field Processing Results:

i. External Hard Drive: Final and migrated stacks (after the completion of every two blocks) in SEG-Y
format and velocity /CDP’s navigation data in ASCII format should be shipped on external hard
drive to the Company’s office

ii. Final processing Report: One set of processing report covering all aspects of processing
parameters tests on CD.
Page 106 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 107 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT –K

HSE Reporting and Policies

Monthly HSE Performance Report

DESCRIPTION

Report Title Monthly HSE Report

Month / Year

Project

Contractor

Crew

Terrain

Average Temperature During Month Minimum _____°C, Maximum ______°C

Report Prepared By [Name], HSE Advisor

PROJECT KEY STAFF

Name Designation Organization

QC PPL

HSE Advisor PPL

Geophysicist PPL

Geophysicist PPL

Party Chief BGP

HSE Advisor BGP

Page 108 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 109 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

CONTENTS
S. No. Description
1 Top 5 Hazards and Controls
2 Project HSE Objectives and Targets
3 Medical Cases
3.1 Medical Statistics
4 POB and Man Hours
5 HSE Incidents Classification
6 HSE Activities
7 STOP Cards Statistics
7.1 STOP Cards Analysis
7.2 Top 10 STOP Cards
8 HSE CAR (Corrective Actions Register) Statistics – Current Month
8.1 HSE CAR (Corrective Actions Register) Statistics – Current Project
8.2 HSE CAR Major Issues [Closed]
8.3 HSE CAR Major Issues [Pending]
9 VTS (Vehicles Tracking System) Statistics
10 Vehicles / Fuel / KMs Statistics
11 Energy Statistics
12 Environmental Statistics – Current Month
12.1 Environmental Statistics – Current Project
12.2 Restoration
13 HSE Meetings
14 HSE Trainings and Training Hours
15 HSE Audits / Inspections
16 Emergency Response Drills
17 PTW Statistics
18 HSE Incentive Program
19 HSE Incidents
20 HSE Initiatives
21 Key Events
22 Positive Findings
23 Main Deficiencies Observed and Suggestions for Next Month
24 General Comments
25 Photographs

Page 110 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1. Top 5 Hazards and Controls [Mention Top 5 Controls for each hazard]

S.# Hazard Controls


1
2
3
4
5

2. Project HSE Objectives and Targets

S.# KPI Target Actual


1
2
3
4
5

3. Medical Cases

S.# Description Current Month Project


1 Respiratory diseases
2 Skin diseases and disorders due to toxic agents
3 Skin diseases and disorders due to other reason
4 Infectious & parasitic diseases: Water related
Infectious & parasitic diseases: Land related,
5
Insects
6 Infectious & parasitic diseases: Other
7 Heat / Cold related illnesses
8 Noise induced hearing loss
9 Ear, nose and throat symptoms
10 Eye diseases due to other agents
11 Dental conditions
12 Cardio Vascular symptoms
13 Muscle Spasms, Other Muscular related
14 Bites & Stings
15 Gastro-Intestinal Conditions
16 Genito - urinary illness
17 Sexually Transmitted Conditions
18 Surgical conditions / situations

Page 111 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

19 Common cold - sore throat


20 Food poison
21 Snake bites
22 Wasp bites
23 Headache
24 Heartburn - gastritis
25 Other

5.2 3.1 Medical Statistics

S.# Description Current Month Project


1 Medical Examinations
2 Physical Examinations
3 Medical Evacuations
4 Health Lectures
5 Hygiene Inspections
6 Ambulance Inspections
7 First Aid Kits Inspections
8 Vaccinations
9 Other

4. POB and Man Hours

S.# Description No.


1 PPL Staff Man Hours
2 Contractor Staff Man Hours
3 Visitors Man Hours
Total Man Hours for the Month
Average POB For the Month

5. HSE Incidents Classification

S.# Category Current Month Project


1 Fatality
2 PTD (Permanent Total Disability)
3 PPD (Permanent Partial Disability)
4 LTI (Lost Time Injury)
5 RWC (Restricted Work Case)
6 MTC (Medical Treatment Case)
7 FAC (First Aid Case)
8 RTA (Road Traffic Accident)
9 Near Miss
10 Fire Incident
11 Environmental Incident
12 Property Damage Incident
13 Equipment Damage Incident
14 Non-Occupational Incident

Page 112 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

15 Security Incident
16 Other

6. HSE Activities

S.# Description Current Month Project


1 Tool box Meetings
2 HSE Meetings
3 Emergency Response Drill
4 Risk Assessment / JHA
5 HSE Inspection
6 HSE Audit
7 Section and Cross Section Inspection
8 Field Visit
9 Hygiene Inspection
10 Management Visit
11 HSE Induction
12 HSE Training (# of Sessions)
13 HSE Training (Man Hours)
14 PTW

7. STOP Cards Statistics

S.# Description Current Month Project


1 STOP Cards by PPL Staff
2 STOP Cards by BGP Expats Staff
3 STOP Cards by BGP Senior Staff
4 STOP Cards by BGP Junior Staff
5 STOP Cards by Visitors
Total Number of STOP Card

5.3 7.1 STOP Cards Analysis

S.# Highlighted Area Current Month Project


1 Health / Hygiene related issues
2 Failure to use PPE
3 Electrical violation
4 Transport rules violation
5 No or ineffective PTW system
6 Smoking policy violation
7 Crane operation safety violation
8 Use of improper tools
Page 113 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

9 Violation of safe work procedures


10 Explosives rules violation
11 Environmental violations
12 General HSE rules violation
Others
13

5.4 7.2 Top 10 STOP Cards

S.# Description Status


1
2
3
4
5
6
7
8
9
10

8. HSE CAR (Corrective Actions Register) Statistics – Current Month

S.# No. of Issues Reported No. of Issues Closed %age of Closure


1

5.5 8.1 HSE CAR (Corrective Actions Register) Statistics – Current Project

S.# No. of Issues Reported No. of Issues Closed %age of Closure


1

5.6 8.2 HSE CAR Major Issues [Closed]

S. # Issue Corrective Action Status


1
2
3
4
5

5.7 8.3 HSE CAR Major Issues [Pending]

S. # Issue Corrective Action Status


1
2
3
4

Page 114 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

9. VTS (Vehicles Tracking System) Statistics

S.# Description Current Month Project Remarks


1 No. of Vehicles with VTS installed
2 No. of Vehicles with VTS not installed
3 No. of Violations Recorded
4 No. of Disciplinary Actions Taken

10. Vehicles / Fuel / KMs Statistics

S.# Description Current Month Project Remarks


1 No. of Light Vehicles
2 No. of Heavy Vehicles
3 Kilometers driven by Light Vehicles
4 Kilometers driven by Heavy Vehicles
5 Fuel Consumption of Light Vehicles
6 Fuel Consumption of Heavy Vehicles
7 Average Fuel Consumption of One Light Vehicle
8 Average Fuel Consumption of One Heavy Vehicle

11. Energy Statistics

S.# Description Current Month Project


1 Diesel Consumption (Liters)
2 Petrol Consumption (Liters)
3 Gas Consumption (MCF)
4 Electricity Consumption (KWH)
5 Drinking Water Consumption (Liters)
6 Utility Water Consumption (Liters)
7 Other Water Consumption (Liters)
8 Total Water Consumption (Liters)

12. Environmental Statistics – Current Month

S.# Description Generated Disposed


1 Solid Hazardous Waste (KGs)
2 Medical Waste (KGs)
3 Solid Non-Hazardous Waste (KGs)
4 Waste Oil (Liters)
5 Combustible Waste (KGs)

Page 115 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

6 Food Waste (KG)


7 Grey Water (Liters)
8 Black Water (Liters)

5.8 12.1 Environmental Statistics – Current Project

S.# Description Generated Disposed


1 Solid Hazardous Waste (KGs)
2 Medical Waste (KGs)
3 Solid Non-Hazardous Waste (KGs)
4 Waste Oil (Liters)
5 Combustible Waste (KGs)
6 Food Waste (KG)
7 Grey Water (Liters)
8 Black Water (Liters)

5.9 12.2 Restoration

S.# Description Current Month Project

1
2

13. HSE Meetings

S.# Department Conducted by Attendance Topic(s)


1
2
3
4
5

14. HSE Trainings and Training Hours

S.# Department No. of Trainings No. of Training Hours


Third Party Trainings (External)
1
2
Total No. of Training Hours (External)
On – Site Trainings
1

Page 116 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2
Total No. of Training Hours (On – Site Trainings)

15. HSE Audits / Inspections


S.# Type of Audit / Inspection Current Month Project
1 Internal HSE Audit
2 External HSE Audit
3 Weekly HSE Inspections
4 Monthly HSE Inspections
5 Section / Cross Section HSE Inspections
6 Other HSE Inspections
Total No. of HSE Audits / Inspections

16. Emergency Response Drills


S.# Date Type of Drill Main Findings
1
2
3
4
5

17. PTW Statistics


S.# Type of PTW No. Comments
1
2
3
4
5

18. HSE Incentive Program


S.# Type of Incentive No. Comments
1
2
3
4
5

19. HSE Incidents


Page 117 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

S.# Type Brief Description Corrective Actions


1
2
3
4
5

20. HSE Initiatives [New HSE ideas initiated and implemented]


S.# Description
1
2
3
4
5

21. Key Events [HSE events, Celebrations, Achievements, Regulatory compliance, Major incidents]
S.# Description
1
2
3
4
5

22. Positive Findings


S.# Description
1
2
3
4
5

23. Main Deficiencies Observed and Suggestions for Next Month


S.# Deficiencies / Suggestions
1
2

Page 118 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

3
4
5

24. General Comments

S.# Comment
1
2
3
4

25. Photographs [Trainings, Drills, Meetings, HSE awards, Inspections, Field Visits]

Page 119 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Page 120 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

TECHNICAL/FINANCIAL CRITERIA FOR 2D/3D DYNAMITE SEISMIC DATA ACQUISITION AND PROCESSING SERVICES
IN KIRTHER AND SULAIMAN FOLD BELT, BALOCHISTAN

2D/3D Seismic Data Acquisition and Processing Services For following blocks in Balochistan Province.

DYNAMITE: Conventional 2D/3D Seismic will be carried out for following surveys

SEISMIC SURVEYS
Sr. No. BLOCK FIRM Contingent
2D (L.Kms) 3D (Sq. Kms) 2D (L.Kms) 3D (Sq. Kms)
1 KALAT EL 250
2 MARGAND EL 270
3 MUSAKHEL EL 400
4 HUB EL 400
5 Khuzdar EL 100
TOTAL 920 100 400

NOTE: The volume of the work may increase or decrease or transfer to any other blocks (mentioned
above). Contingent program can be prioritized / firmed-up as and when required.

We intend to invite bids for above services. To evaluate bids, technical/financial evaluation criteria is being
proposed (copy attached for signatures).

Part 1 Technical Evaluation Criteria Page 2


Mandatory Requirements Page 6
Part 2 Commercial Evaluation Criteria Page 9

PC is requested to approve attached criteria for evaluation of bids to be invited thru press tender.

Page 121 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – E
Part 1: TECHNICAL EVALUATION QUALIFYING CRITERIA

TECHNICAL EVALUATION CRITERIA


3D/2D SEISMIC SURVEYS
QUALIFYING MARKS 75%

MAX.
Sr. No. DESCRIPTION QUALIFYING CRITERIA
MARKS

1 CONTRACTORS PROFILE AND EXPERIENCE 20

Less than 3 Years= 0


h. Experience of company as seismic contractor 3-5 Years=2 3
More than 5 Years=3

i. 3D Seismic acquisitions performed during the past Up to 2000 Sq. Kms= 0


3
5 years More than 2000 Sq. Kms =3

One Crew (2D) =0


j. No. of 2D/3D seismic crews offered by the bidder One Crew (3D) =2 3
One 3D and one 2D=3
less than 5 Projects= 0
k. No. of seismic projects handled by the bidder
6-7 Projects=2 3
during the past 5 years
More than 7 Projects=3

l. No. of 2D or 3D seismic projects handled by the less than 1 Project= 0


2
bidder in past one (01) year 01 or More than 1 Project=2

m. 2D Seismic acquisitions performed during the past Up to 2500 L. Kms= 0


3
5 years More than 2500 L. Kms =3
No Client satisfaction letters
provided = 0
n. Client satisfaction letters (in English) from last 3
(three) 2D/3D seismic acquisition projects by the 1 Projects= 1
3
contractor, on client company letter head with
2 Project =2
signature and stamp
3 Project =3

The experience indicated shall cover projects for petroleum exploration only. Projects pertaining
Note: to mineral industries should not be included and will not be considered. Project having volume
less than 100 Sq.Km for 3D and 50 L. Kms for 2D would not be counted also.

TECHNICAL SPECIFICATION/INFORMATION OF MINIMUM REQUIRED


2 50
EQUIPMENT FOR 3D/2D SEISMIC SURVEYS FOR EACH CREW
2a. a. Seismic Recording System of 24 bit (SN-428/ One (01) Unit for each crew 10
RECORDING 508XL/G3i HD or equivalent/better) capable of
EQUIPMENT handling more than 15000 channels digital Less than SN-428 or Equivalent = 0

Page 122 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

recording at 2 msec sample rate.


b. QC Display computer with Team Viewer Software
c. Dual tape drive to produce two original LTO-5
cartridges and hard disks in SEG-D format SN-428 or Equivalent = 05
d. Truck (4x4) with air-conditioned cabin housing SN-508/G3i HD or Equivalent = 10
the above system
e. Color Printer
f. CD-R / DVD-R drive/USB/Hard Disk
g. Internet connection (08MBPS) with WiFi
Portable Air Compressor Jackrobs capable of Less than 50/100 units for 2D/3D= 0
10
drilling 20-30-meter hole 50/100 units for 2D/3D = 10
2b. Vehicle/tractor-mounted Rigs capable of drilling Less than 10 units for 2D/3D= 0
DRILLING RIGS 05
30-meter hole 10 units for 2D/3D = 05
Less than 30 units for 2D/3D= 0
Pneumatic Jackhammers (for 1.8-meter pop shots) 10
30 units for 2D/3D = 10
Telemetric cables/FDUs or Equivalent As per Design Geometry of 7000
Telemetry cables (Preferably with 4 take out @ 55- Channels 05
65-meter intervals) (excellent condition and less Less than 2 X Active Channels= 0
than 3 years old) Equal to 2 X Active Channels= 5
Geophone Strings:
2c. Geophone strings of 12 geophones (6S2P) per
Less than 2 X Active Channels= 0
GROUND string with natural frequency of equal to or less 10
Equal to 2 X Active Channels= 10
ELECTRONICS than 10 Hz (new or less than three-year-old)
6S2P = 6 IN SERIES X 2 PARALLEL
Nodal System: (Optional)

Mandatory
As per Design Geometry
Smart solo, Quantum, WING or equivalent with
(2 times of the Active Design
natural frequency of equal to or less than 10 Hz
spread for 3D and 2D)
(new or older less than one year)
IN-FIELD PROCESSING UNIT:

Mandatory
2d. On-site processing software on dedicated
IN-FIELD workstation with complete accessories (48 CPU, One (01) Unit for each crew
PROCESSING Intel ® Xeon Gold 5118 @ 2.30 GHz each, 128 GB
RAM) or better

Mandatory
2e. RTK GPS/Survey Equipment and software (Trimble R8 or 04 GPS Units for each 2D crew and
SURVEY Leica 1230&530) equivalent or better 08 GPS Units for each 3D crew
Mandatory

2f. 03 dozers for 2D


D8 / D7 Bulldozers in good working condition
LINE CLEARANCE 05 dozers for 3D
Mandatory

3. Uphole Truck Mounted Uphole Drilling Rig


2g.
should have capability to drill down to 100M One (01) Unit for each crew
MISCELLANEOUS
4. One LVL complete unit

3 PROJECT TIME LINES 15


4. Within 60 days from the date of
issuance of LOA = 09
e. Complete crew mobilization for First 5. Within 90 days from the date of
9
Project for and start of recording issuance of LOA = 06
6. After 90 days from the date of
issuance of LOA = 0
f. Complete crew mobilization and Beyond 30 days from the date of 2
completion of basecamp construction (One issuance of LOA = 0

Page 123 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Within 30 days from the date of


Project to another Project)
issuance of LOA = 2
Beyond 50 days from the date of
g. Field Testing (All equipment should be clear
issuance of LOA = 0
after testing before field parameter testing) 2
Within 50 days from the date of
(One Project to another Project)
issuance of LOA = 2
Beyond 70 days from the date of
h. Start of Data Recording (One Project to issuance of LOA = 0
2
another Project) Within 70 days from the date of
issuance of LOA = 2

4 PROFESSIONALS/HUMAN RESOURCE 10
Not meeting Annexure-1 = 0
d. Total No. Of Key Professionals 2
As per Annexure-1 = 2
e. Qualification and experience of Key Not meeting Annexure-1 = 0
3
Professionals As per Annexure-1 = 3
f. Equally qualified backup and replacement of
Not meeting Annexure-1 = 0
Expat staff in case of evacuation or unavailability 5
As per Annexure-1 = 5
of NOC in Balochistan Province

5 HSSE 05
d. Compliance of HSE Requirements (Exhibit -I)   Mandatory
Less than M.Sc in Geophysics /
Geology / Petroleum /
Environmental Sciences or BE in
any discipline with 10 years of
relevant experience = 0
e. QHSE Advisor 2
M.Sc in Geophysics / Geology /
Petroleum / Environmental
Sciences or BE in any discipline
with 10 years of relevant
experience = 02
f. Availability of one Security Supervisors at
Not available = 0
each Crew (Ex-Pak Army Officers - for crew
One person throughout the 3
minimum Major rank and for office
operations = 03 
minimum Colonel rank)
TOTAL MARKS 100
Note: Fails to provide mandatory equipment may result in disqualification

Page 124 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1.1 ACQUISITION PARAMETERS DESCRIPTION:

1.1.1 2D/3D Acquisition Description:


Energy Source Dynamite
Geophone Natural Frequency 10 Hz or lower
Record Length 8 seconds
Sample Rate 2 millisecond
High cut filter (Anti-Alias filter) 0.8 Nyquist frequency linear phase
Notch filter Out
Low cut filter Out
Polarity SEG Normal
Array orientation Centre of Gravity on the station flag
Spread Type As per 3D Geometry

1.1.2 3D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station


Proposal Parameters 3A 3B 3C (Nodal) 3D (Nodal)
Receiver line orientation (degs) 123 123 123 123
Receiver station interval (m) 50 50 25 10
Channels per line 192 192 384 960
Receiver line interval (m) 300 300 300 300
Receiver line / pacth 34 34 34 34
Active Channels 6528 6528 13056 32640
Source line orientation (degs) 33 33 33 33
Shots per salvo 6 3 6 3
Source interval (m) 50 100 50 50
Source line interval (m) 300 300 300 300
Bin Size (m) 25 x 25 25 x 50 12.5*25 5*25
SP Density / Sq.km 66.7 33.3 66.7 66.7
RP Density / Sq.km 66.7 66.7 133.4 333.5
Full Fold 272 272 - -
Max offset 6968.2 6950.0 6968.2 6968.2
Patch Aspect Ratio 1.063 1.058 - -
Total Receiver Points 26680 26680 53360 133400
Total Receiver Lines 89 89 89 89
Total Source Points 26680 11985 26680 26680
Total Source Lines 71 71 71 71
Receiver Area 400 400 400 400
Source Area 400 400 400 400
Actual Full Fold Area 165.67 165.58 - -

Page 125 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1.1.3 2D Geometry Description:

24-element Receiver Array (2 strings, 12 geophones per strings) per station


(Rectangular)
Proposal Parameters 2A 2B 2C (Nodal)
Receiver Interval (m) 25 25 10
Source Interval (m) 50 50 20
No of Channels 640 800 2000
Far Offset (M) 8000 10000 10000
Nominal Fold 160 200 500

1.2: MANDATORY REQUIREMENTS


A Contractor/ bidder shall be declared ineligible if it fails to meet any of the following mandatory
requirement:
• There are five main categories in the Technical Evaluation criteria and the bidders are
required to obtain at least 70% marks in each category and 75% or more overall. The
Contractor/bidders will be disqualified on obtaining zero (0) marks in any of the
category/sub category
• If the Contractor / bidder including any of its shareholders, directors, employees,
partners, associated company or affiliated company is involved in litigation with PPL or
any of its joint venture partners; or If the Contractor / bidder including any of its
shareholders, directors, employees, partners, associated company or affiliated company
is blacklisted. A sworn affidavit confirming that the Contractor/bidder is not ineligible as
per the above shall be furnished to PPL
• Provide satisfactory client feedback form
• Contractor must share the name of their crew ready for mobilization at the time of
contract
• Contractor to provide backup Pakistani staff in case of expats security clearance issues
• Contingent 2D and 3D seismic survey are dependent to other ongoing exploration
activities; in case of confirmation, contractor should be able to start recording one of the
2D/3D survey within 90 days after issuance of LOA
• Provide UNDERTAKING (To be printed on stamp paper duly notarized) at Annexure VII)
• After submitting of bid proposal, bidders are prohibited to create any JV for this contract
or subletting of core work to any other companies and in any event, will always remain
solely liable to complete the work as per T&C of ITB
• If primary bidder has a joint venture with any other company (s) prior to the submission
of bid, it may be considered with the following;
- JV experience will be considered for the Technical Evaluation instead of any
individual contractor/bidder
- Bidders are advised to submit JV agreement with all terms and conditions (except
financial) along with the bid proposal
Page 126 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

- Neither Joint venture nor subletting of any work will be acceptable to


associated/subsidiaries of companies already involved in Hydrocarbon Exploration &
Production activities in Pakistan

A STRICT SCRUTINY OF PROVIDED TECHNICAL INFORMATION WILL BE CARRIED OUT AND CONTRACTOR
SHOULD PROVIDE ALL DOCUMENTARY EVIDENCES FOR ALL ABOVE REQUIREMENTS. FAILING TO MEET
REQUIREMENTS OR PROVIDE EVIDENCE WOULD RESULT IN TECHNICAL DISQUALIFICATION. MOREOVER,
ANY FALSE INFORMATION PROVIDED IN PROPOSAL WHICH COULD IMPACT THE TECHNICAL
EVALUATION, WILL RESULT IN DISQUALIFICATION AND MAY BE BLACK LISTING SUBSEQUENTLY
NOTE:
ii- CONTRACTOR SHOULD BE DECLARED AS DISQUALIFIED FOR NON-COMPLIANCE AGAINST ANY OF
MANDATORY REQUIREMENTS
1.3: Client Feedback form on client company letter head with stamp (Feedback forms other than
English would not be entertained):

INELIGIBILITY CONDITIONS:
Bidder will be declared as ineligible/ disqualified if:
1. Non-compliance of any of the above points.
2. If the Contractor/ bidder including any of its shareholders, directors, employees, partners, associated
company or affiliated company is involved in litigation with PPL
3. If the Contractor/ bidder including any of its shareholders, directors, employees, partners, associated
company or affiliated company is blacklisted. A sworn affidavit confirming that the Contractor/ bidder is not
ineligible as per the above shall be furnished to PPL.
Page 127 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

NOTE:
1. PPL reserves the rights to verify the validity of submitted documents from the respective clients / banks.
2. Technical Evaluation Committee will visit the offices of Contractors for evaluation/ verification purpose,
where required. Technical Evaluation Committee will be entitled to declare the Contractor as non-
responsive based on their visit report/ evaluation of the Contractor’s office and submitted documents.

Page 128 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Part 2: FINANCIAL QUALIFYING CRITERIA:


Points Bidder
S.No Financial Qualifying Criteria Max Points Remarks
Scored Reference
1 Complete Set of Audited Financial Statements for last 3 years 6      
Audited financial statements for last 3 years (All three years
1.1 6  
are required)    
Non-Submission of Audited Financial statements for any or all
1.2 DQ  
of the last 3 years    
2 Firm’s annual turnover during last 3 years. 6      
2.1 Over USD: 20 million / year. (2 marks per year) 6      
Over USD: 15 million / year but less than USD 20 Million /
2.2 4.5  
Year (1.5 marks per year)    
Over USD: 10 million / year but less than USD 15 Million /
2.3 3  
Year (1 mark per year)    
2.4 USD 10 Million (or less) / year 0      
3 Current Ratio for last 3 years.  4.5      
3.1 1.5 points for ratio of 2:1 or above per year 4.5      
3.2 1.0 point for ratio of 1.5:1 or above peryear 3      
3.3 0 .66 point for ratio of 1.25:1 or above per year 2      
3.4 0 .50 point for ratio of 1:1 or above per year 1.5      
3.5 Ratio of less than 1:1 in any year 0      
4 Debt / Equity Ratio for last 3 years.  4.5      
4.1 1.5 points for ratio of 40:60 or below per year. 4.5      
4.2 1 point for ratio of 50:50 or below per year. 3      
4.3 0.5 point for ratio of 60:40 or below per year. 1.5      
4.4 0 point for ratio of above 60:40 in any year 0      
Submission of Bank certificate stating average bank balance /
5 4
deposits of last 1 year      
5.1 USD 10 million or above 4      
5.2 USD 7 million or above 3      
5.3 USD 5 million or above 2      
5.4 Less than 5 Million USD monthly average during last 1 year 0      
  Total 25      
Notes:
1. Applicant who obtain minimum 60% points on Financial Evaluation Criteria will be considered for further evaluation.
2. DQ = Disqualified

Page 129 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2.1 COMMERCIAL EVALUATION CRITERIA


Financial evaluation for the Firm and contingent program will be carried out based on the
following formula. LOA will be issued for complete work program (Firm + Contingent) to the
technically responsive and cumulative Financially lowest evaluated contractor/bidder for both
cases, i.e., firm and contingent program

Total cost Firm program (Kalat 2D + Margand 2D + Musakhel 2D) + Total Cost of Contingent
program (Khuzdar 2D + Hab 3D) = Total Cost of complete work program

NOTE:
 The parameters used in this Exhibit-E, section-2 are only for financial bid evaluation. However,
this does not confine to actual quantities to be utilized during the execution of survey

 Percentages and values of different items are for evaluation purpose only and payment would be
on actual work based on actual field condition as decided by the COMPANY

 The requirements listed in the ITB are minimum requirements and contractor may offer extra
equipment during acquisition based on requirement. Failing to fulfill minimum requirements may
result in the technical disqualification of contractor/bidder

 Contingent program can be prioritized / firmed-up as and when required

 If required, company have the right to conduct an audit by visiting the contractor
warehouse/main office/running crew to assess crew capabilities and equipment health/condition
prior to award of LOA/contract

 All bidders are advised to quote mobilization separately for each block. Company will not pay any
International or cumulative mobilization. Contractor can built-in International Mobilization cost
in turnkey rates or Mobilization of each block

 All bidders are strictly advised to quote all rates inclusive of all taxes

 Technical quotation should be accompanied with a Bid Bond / Pay-Order of fixed amount USD
300,000 or equivalent payable to Pakistan Petroleum Limited, as per attached format from a
scheduled bank in Pakistan valid for 90 days, otherwise bid will not be considered

 Technically responsive and financially lower bidder will be advised to furnish the Performance
bond of fixed amount USD 1,500,000 or equivalent payable to Pakistan Petroleum Limited within
six (06) weeks from the date of issuance of LOA

 If lowest bidder fails to comply the terms and conditions of the ITB, before or after the issuance
of LOA or contract, company will have right to rescind the award the contract to that bibber and
may award it to second lowest bidder for timely execution of the work

Page 130 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2.2 COST EVALUATION:

2.2.1 Hab 3D: (100% Dynamite)


For Hab 3D surveys, technical/Commercial proposals should cover acquisition parameter
options 3A, 3B, 3C and 3D given inAcquisition parameter description.
However, for commercial evaluation purpose option-3A with 20M hole depth and 5 Kg
charge shall be considered.

2.2.2 Kalat, Margand, Musakhel and Khuzdar 2D: (100% Dynamite)


For Kalat, Margand, Musakhel and Khuzdar2D surveys, technical/Commercial proposals
should cover acquisition parameter options 2A, 2B and 2C given inAcquisition parameter
description.
However, for commercial evaluation purpose option-2B with 24M hole depth and 6 Kg
charge shall be considered.

2.3 FINANCIAL EVALUATION PARAMETERS:

Table No: 0001


Financial Evaluation Criteria for Hab 3D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:3A)
5 400 Sq. Kms
20M hole depth and 5 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 400 Sq. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0002


Financial Evaluation Criteria for Kalat and Margand 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours

Page 131 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

4 Standby 60 Hours
Turnkey Rates (OPTION:2B)
5 520 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 520 L. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0003


Financial Evaluation Criteria for Musakhel 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:2B)
5 400 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 400 L. Kms
10 Additional Vehicles 3600 Vehicle Days
11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 8 Months
TOTAL ESTMATED COST

Table No: 0004


Financial Evaluation Criteria for Khuzdar 2D
RATES COST
Sr. No DESCRIPTION QUANTITY UNIT
(USD) (USD)
1 Mobilization 1 -
2 Demobilization 1 -
3 Field Experiment 36 Hours
4 Standby 60 Hours
Turnkey Rates (OPTION:2B)
5 100 L. Kms
24M hole depth and 6 Kg charge
6 Uphole 6000 meters
7 LVL 100 Points
Accommodation
8 100 Man Days
(excess @ senior Professional)
9 Permitting 100 L. Kms

Page 132 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

10 Additional Vehicles 1200 Vehicle Days


11 Fuel for Additional Vehicles 100000 Liters
12 Security cost (Reimburse @ actual) 5 Months

TOTAL ESTMATED COST


ASSUMPTIONS FOR 3D/2D:

SPREAD: AS PER DESIGN SPECIFICATIONS


1
2 FIELD EXPERIMENTS WILL BE PRIMARILY FOR SOURCE PARAMETER TESTING
3 STAND-BY TIME ESTIMATE = 60 HOURS
4 UPHOLES AT APPROXIMATELY 100 LOCATIONS WITH LOGGED DEPTH OF 60M
5 LVL REFRACTION SHOOTING AT 100 POINTS
6 SECURITY COSTS REIMBURSIBLE WITH APPROVAL OF PPL
7 ACCOMMODATION IN EXCESS OF 5 COMPANY PERSONNEL FOR 100 MAN-DAYS (SR.)
8 APPROXIMATE SECURITY COST WILL BE USD 300,000 /MONTH FOR EVALUATION PRUPOSE
9 For additional vehicles rates of double cabin above 2005 Model will be evaluated

Page 133 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

EXHIBIT – F
SCHEDULE OF RATES

3 GENERAL
All rates should be quoted on a production basis of seismic data and infield processing through a
sequence which includes pre-stack time migration. The turnkey rate for seismic data acquisition
should be quoted for the seismic program. Provisions for weather downtime, lump sum
mobilization and lump sum demobilization should also be included. Additionally, a rate quoted on
an hourly basis should be provided and will apply during testing or when Contractor is unable to
work due to circumstances under the Company's control. Only one rate can be charged for any
specific period or specific data acquisition and in-field processing.

All fees quoted in Exhibit F are inclusive of all required taxes, duties, levies and permitting etc.

4 FEES

Definitions

2.1.1 Invoice-able Seismic Coverage


Invoiceable seismic coverage will be per source point recorded with full number
of channels of the survey area and processed through a sequence which includes
pre-stack time migration for 2D and Post Stack Time Migration for 3D.

Totalnumberofsourcepoints
3 DSurfaceCoverage=
Source densityperSq . Km

Tota l numberofsourcepoints
2 DSurfaceCoverage=
SourcedensityperL . Km

2.1.2 Reimbursable Items and Rates


Contractor should refer to section 2.6 option 2 of this Exhibit.

2.1.3 Currency for Quotation and Payments


All prices shall be firm and definitive for the duration of the contract, prices should be quoted
in US Dollars and would be payable in 100% Pak Rupees at the inter-bank rate on the date of
undisputed invoice. All payments shall be due and made net thirty (30) days from the date of
receipt of the Contractor's invoice at Company's office in Karachi.

2.2 Mobilization / DemobilizationRates

2.2.1 Mobilization

To cover expenses arising from the mobilization for the field unit being supplied
by the Contractor to the survey area.
The following lump sum will be applied:

US$ _______ lump sum

Page 134 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

The Mobilization fee as outlined in Exhibit F will be paid upon completion of


setting up the Crew and after the first acceptable recorded production data
record as outlined in Exhibit G for test and quality control.

2.2.2 Demobilization

To cover expenses arising from the demobilization of the field unit provided by
Contractor.

The following lump sum will be applied:

US$ _________ lump sum

For financial evaluation of bids, one mobilization and demobilization will be considered.

2.4 Turnkey Rates

2.3.1 Hab 3D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E

Rates for Dynamite (US$/Sq.km)


No. of Holes HOLE DEPTH (M)
3A 3B 3C (Nodal) 3D (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.3.2 KALAT AND MARGAND 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E
HOLE DEPTH Rates for Dynamite (US$/L.km)
No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8
Page 135 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

2.3.3 MUSAKHEL 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E
HOLE DEPTH Rates for Dynamite (US$/L.km)
No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.3.4 KHUZDAR 2D (100% Dynamite - Jackrob& Jack hammer):


Turnkey Rates for Dynamite for the parameters given above in Exhibit E
HOLE DEPTH Rates for Dynamite (US$/L.km)
No. of Holes
(M) 2A 2B 2C (Nodal)
1 10
1 12
1 15
1 18
1 20
1 24
1 28
2 10
2 12
9 1.8
12 1.8

2.4 Hourly Rates

Hourly Rates are applicable when the Crew is recording tests at Company's request
provided if the test program is not covered by turnkey rate and hourly rate shall include
all time for travel to and from the test site and time to lay out and pick up recording
spread, if necessary, all operational costs i.e. fuel, survey supplies, explosives (dynamite
and detonators), recording supplies, magnetic tapes, etc. No additional costs will be
accepted as fees for compensation of the Hourly Rate.

The fees quoted refer to the all options of acquisition parameters described in Exhibit C.

Hourly Rate in US$ ___________. /hour

2.5 Stand-by

Any optional activity outside the normal work of the Crew as defined in Exhibit C.
Page 136 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

When agreed to in writing by both parties, the Stand-by Rate shall apply for situations
outside Contractor's control.

3.5.1 Stand-by Rate

Stand-by rate or pro rate thereof, shall be payable at the agreed rate by company
if the Contractor shall always use his best endeavor to minimize chargeable time
to Company.

US$ ______ per hour


Standby Rate will be applicable if any or a combination of the following
conditions occurs.

a) When Contractor's Crew and equipment is mobilized in the survey area and is
waiting on Company's authorization for the execution of the survey.

b) When the Contractor is unable to move between the base camp or the fly camp
and the work site due to deteriorating law and order situation, or if the
movement of the Contractor's personnel and equipment is prevented in the
program area but not related to land permitting.

c) Company caused delay in seismic data recording, including lack of Company


instructions regarding program.

d) Adverse weather conditions such as rain, storms, wet ground, which do not allow
seismic data recording or result in deterioration of data quality.

e) A maximum of five (5) days - (60 hours) standby due to weather, security and
gazetted/Public Holidays would be allowed during this seismic survey. All these
Conditions will be approved by the Client Representative either to start or
continue the operations. Also, the contractor must seek permission by the
company to stop work on Gazetted / Public holidays

f) Recording standby will be considered only when spread clearance tests have
been completed and spread is ready for shooting.

The Stand-by charges shall not apply prior to Company's acceptance of the crew and
contractor's demonstration of full compliance with the quality control specifications
herein. The Standby Rate shall not be applicable prior to commencement of seismic data
recording. The Standby Rate shall not apply during any period when delay is caused by
something for which Contractor is responsible. Chargeable standby time shall be limited
to twelve (12) hours per calendar day

Note: No stand by will be applicable prior to commencement of recording of first


production shot. Maximum chargeable standby allowed in project duration is 5 days
(60 hrs.). Further, no standby would apply during the time when the extended shooting
hours are allowed to the contractor by the COMPANY.
                    
        In case, some part of the crew remains stand-by due to any of the above-mentioned
reasons following proportion of stand-by rates of the whole crew will be Implemented:

Page 137 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Survey 15% of stand-by rates


Drilling and Loading 35% of stand-by rates
Recording: 50% of stand- by rates

2.5 Permitting/ Land Damage Compensation

The Contractor will be responsible for obtaining all permits from land owners prior to
start surveying for Seismic Data Acquisition Program areas and pay all cost incurred for
permitting, land surface and sub-surface (shot holes) damage caused by Seismic Data
Acquisition and negligent damage caused by Contractor. Two options should be quoted
for land surface and sub-surface damage compensation fee.

2.6 Turnkey rates per L. km surface coverage of 2D Seismic data acquisition and per
Sq.km for 3D seismic data acquisition for permitting, land surface and sub-surface (shot
holes/vibroseis point) damage compensation irrespective of the actual permitting, land
surface and sub-surface damage costs incurred to the contractor should be quoted.

Turnkey Rate per L.km for Permitting and Land Damage Compensation, in US$
___________/L.km

Turnkey Rate per Sq.km for Permitting and Land Damage Compensation, in US$
___________/Sq.km

2.7 Up-hole Logging Rates


Rates for up-hole logging cover drilling, recording, interpretation and reporting of deep
up-holes, and are inclusive of all materials, resources and time consumed in the effort.
No additional costs will be accepted as fees for up-hole logging.

Up-hole Logging Rate per meter logged, in US$ ___________/meter

2.8 LVL Refraction Shooting Rates

Rates for LVL refraction shooting cover shooting, recording, interpretation and reporting
of LVLs and are inclusive of all materials, resources and time consumed in the effort. No
additional costs will be accepted as fees for LVL (Weathering Zone) refraction data
acquisition.

LVL Refraction Shooting Rate per point, in US$ ___________/point

2.9 Accommodation charges

Accommodation/meal charges for Company staff over and above the five (5)
representatives.

Senior Staff $ US _________ per day


Junior Staff $ US _________ per day

2.10 Rates for additional vehicles

Contractor may be required to arrange additional vehicles for security escort and/or
client use:
f) Single Cabin - $ US _________ per day per vehicle
Page 138 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

g) Double Cabin - $ US _________ per day per vehicle


h) 2.5 Ton Vehicle $ US _________ per day per vehicle
i) Water Bowser $ US _________ per day per vehicle
j) Ambulance - $ US _________ per day per vehicle

The rate quoted shall include cost of maintenance (replacement of oil/ fuel filter etc) and
minor repair.

2.11 Fuel for Additional Vehicles:

Contractor will be responsible to arrange fuel for the additional vehicles. Cost of fuel shall
be reimbursed for actual consumption on actual rates handling charges, if any.

2.12 Partial completed work

In case, the survey is terminated prematurely due to some reasons beyond the control of
contractor and the Company, then the percentage of turnkey rate will be charged only
for the work completed including survey, line clearance and drilling/ loading of shot holes
as follows:

e) ------% of turnkey rate for survey.


f) ------- % of turnkey rate for line clearance / dozing.
g) ------- % of turnkey rate for line layout
h) ------- % of turnkey rate for shot hole drilling and dynamite loading, if applicable.

This clause would not apply on the temporary suspension of crew operations or before
recording of first acceptable production shot. In that case no compensation would be paid.

2.13 Security Charges

Contractor shall be responsible to arrange field security personnel to ensure security of


its employees, equipment, consumables and company representatives.

Company shall assist the contractor to hire security force (Frontier Corps., Balochistan
Constabulary, police, local guards, etc.) for the survey. Contract for hiring of security
force will be executed by the seismic contractor on behalf of Company after approval of
the terms and conditions by the Company. However, all invoices raised under the
security contract will be reimbursed at actual. Contractor shall coordinate and ensure
implementation of security plan for field operations, including security of the camp, with
the security forces to ensure smooth operations.

2.14 Volume Discount

If seismic program given in Exhibit-B is increased, please quote the volume discount as
per following break-up

Volume range (3D) Discount (%)


400-450 sq.km
450-500 sq.km
over 500 sq.km

Page 139 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Volume range (2D) Discount (%)


900-1200 L.km
1200-1500 L.km
over 1500 L.km

Annexure-1
DESCRIPTION OF REQUIRED EQUIPMENT AND PERSONNEL FOR EACH CREW:
No. of Units No. of Units
A. Descriptions of Recording Crew's Equipment
required offered
a. Seismic Recording System of 24 bit (SN-428/ 508XL/G3i HD or
equivalent/better) capable of handling more than 15000 channels
digital recording at 2 msec sample rate.
b. QC Display computer with Team Viewer Software
c. Dual tape drive to produce two original LTO-5 cartridges and hard
01
disks in SEG-D format
d. Truck (4x4) with air-conditioned cabin housing the above system
e. Color Printer
f. CD-R / DVD-R drive/USB/Hard Disk
g. Internet connection (08MBPS) with WiFi
No. of Units No. of Units
B. Descriptions of Ground Electronics and Associated Equipment
required Offered
b. Telemetry cables (preferably with 3 or 4 take out @ 55-65-meter 2 times of Design
intervals) (new or older less than 3 years but in excellent condition) Geometry of Active
Channels
Geophone strings: 2 times of Design
b. Geophone strings of 12 geophones per string with natural frequency Geometry of Active
of equal to or less than 10 Htz (new or less than three-year-old) Channels
Point Receivers:
2% of active patch
Smart solo, Quantum or equivalent with natural frequency of equal to or
for 2D/3D
less than 10 Htz (new or older less than one year)
FDU (At each channel) 2 times of Design
(new or older less than three years but in excellent condition) Geometry of Active
Channels
LAUL (After 40 channels) 500 for 3D and 70
Note: These numbers of units are based on SN 428 Recording System. If a for 2D
different recording system will be used then these unit may vary and
appropriate number of units will be required
LAUX (For each line in the template) 70
Line cable to allow Recorder to be set up at an offset from active receiver
lines. (Length of individual line should not be less than 500 m). (New or 70 Sets
older less than three years)
Air-conditioned Instrument Truck with internet connectivity (V-sat or 1
equivalent with minimum 8Mbps connection) and QC monitor with team
viewer
Decoder (blaster) 08
Encoder 1+1
Transportation Truck 16
Line Trouble Shooting Pick-up 25
Spare Part Kit 1
Appropriate Personal protection equipment (PPE) for desert area the crew As required to
and client personnel. conduct operation
*Note: Bidder should fulfill technical requirements (3D Geometry options) mentioned in the bid
Page 140 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

No. of Units No. of Units


C. Descriptions of Survey Equipment
Required offered
1. GPS base station type (Trimble R8 or Leica 1230&530 or better) At least 4

2. Type of GPS rovers (Trimble R8 or Leica 1230&530,)

3. Number of GPS rovers 8

4. Hand held GPS Receivers 30


5. Survey Data Processing System 1
6. Plotter (HP500, 36 inch, color ink jet) 1
7. Printer (Color Lase Jet) 1
8. License based ArcGIS Software (Version 10.2 or latest) installed on 1
Computer (≥ 16 GB RAM & ≥ 2.6 GHz processor)
9. Bulldozers (D-8 or equivalent/ better) must be in good condition 5
10.Bulldozers (D-7 or equivalent/ better) must be in good condition 5
11.Survey personnel (number of personnel) 36
12.Number of supporting vehicles for surveying 9
13.Anemometer with complete weather station installed in Base camp 1

No. of Units Required No. of Units


D. Description of Drilling Equipment
offered
1. Portable Air Compressor Jackrobs capable of drilling 20-30- 1. 100 Jack robes Units for
meter hole 3D and 50 for each 2D crew
2. Vehicle/tractor-mounted Rigs capable of drilling 30-meter hole 2. 10 Units each 2D crew
3. 30 Units each 2D Crew
3. Pneumatic Jackhammers (for 1.8-meter pop shots)
No. of Units No. of Units
E. Descriptions of Up-hole Crew Equipment
Required offered
1. Truck mounted Drilling Rig should have capability to drill down to 100 1
meter or more
2. Down hole detonator Cable or Vector Cable or Cable with Sondes 2
3. 48 channels Seismograph 1
4. Transportation vehicle 1
5. Water Bowser 1
6. Weight Drop Machine or Hamer & Plate

No. of Units No. of Units


F. Descriptions of Communication Equipment
Required offered
1. Field Base Camp and Field Units for data acquisition. Radio (25-40w) and 100 (25-40w)
Hand Held Radios (5w) 100 (5w)
2. Satellite Phone 3
3 Arrange a tower from any reputable cellular company 1
4. E-mail and fax at contractor main and branch offices 1 Each
5. Internet connectivity at base camp together with WIFI 20 Mbps

No. of Units No. of Units


G. Geometry QC System
Required offered
1
3. Geometry QC System

Page 141 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1
4. Software Package name (Mesa TM or equivalent)

No. of Units No. of Units


H. Descriptions of In-Field Processing Units
Required offered
2. On-site processing software (PROMAX or OMEGA or Equivalent) 1
2. Dedicated workstation with complete accessories (Capable to run PSTM 1
for 2D and PoSTM for 3D (48 CPU, Intel ® Xeon Gold 5118 @ 2.30 GHz
each, 128 GB RAM)
3. Static solution software GMG
4. Thermal Plotter 24”/ Color Laser jet printer 1+1
5. Tape drives (LTO5) and Hard Disks 2
2. DVD-R/RW Drive, USB as and when required for data transmission 1

No. of Units No. of Units


I. Descriptions of Additional Vehicles
Required offered
5
7. Single Cabin Pick-ups (4WD)
6
8. Double Cabin Pick-ups (4WD)
2
9. Single Cabin 2.4L Petrol Pick-up
5
10. Transportation Trucks (4WD)
1
11. Water Bowsers
1
12. Ambulances

No. of Units No. of Units


J. Descriptions of Camp Equipment
Required offered

30. Single Cabin Pick-ups (4WD) 15

31. Double Cabin Pick-ups (4WD) 30

32. Transportation Trucks (4WD) 40

33. Water Bowsers 6


34. Medical Care Trailer 1
35. Office Trailer for Survey and on-site Processor 1
36. Drinking Water Supply Truck (Not old more than 5 years) 3
37. Fuel Tanker Truck (Not old more than 5 years) 1
38. Water Tanker 2
39. Water Purification Facility 1
40. Power Generator (base Camp) 2
41. Power Generator (Fly Camp) 2
42. Battery Charger 4
43. Photocopier 1
44. Geo-phone String Tester (Multimeters) 45
45. Test Maintenance System 1
46. SMT Geophone Tester (300 or 400 or equivalent) 4
47. Line Tester (LT-408/428/508XL or similar) 4
48. Grip Meters 7
49. Ground electronics (Geophones, FDUs, LAUL, LAUX, etc.) complete
1
repairing Kit
50. Mechanic & Elec. Maintenance Shop (1+1) 2
51. Ambulances 4
52. Personal Computer with complete accessories including printer 4
Page 142 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

53. Land Cruiser Air-conditioned Vehicle for QC (Not old more than 5 years) 2
54. Logistics vehicle 2
55. Double Cabin 4x4 Air-conditioned vehicles for Client representatives (Not
3
old more than 5 years).
56. Sandwich Box 1
57. ATV/ Quad bikes 6
58. Hand Held Radio for Client professional 5
In addition to above items, the Contractor shall provide necessary camp equipment including air-conditioned porta
camp units for its technical staff and tent accommodation for their local personnel, plus air-conditioned porta-cabin
units for five (5) company representatives.
Contractor shall provide two air-conditioned offices at base camp for use of Client personnel, each equipped with a
PC, UPS, color printer, telephone, two-way radio set, desk, chairs, shelves/cabinets, internet connectivity through
both ethernet and WiFi LAN.
Contractor shall also provide all commissary and mess facilities for all personnel including Company representatives
and shall also provide power generation for their living accommodation and technical equipment.
The contractor’s equipment and software shall consist of, at least, but not limited to the above list. Other
equipment which are not mentioned in above tables will be provided if desired by Company. According to the
operational needs and Company requirements, contractor will provide additional equipment which are not
mentioned in this document & contract, after discussion and negotiation between Company and Contractor.

K. Crew’s Technical Personnel required to be present during seismic Nos. of Units No. of
crew operations Required Units
offered
45. Party Chief + Party Manager (One Expat and one Local) 1+1
46. Senior Geophysicist 2
(Graduate of Geophysics with minimum 06-years field seismic experience)
47. Field QC Geophysicist (Graduate of Geophysics with minimum 01-year field 2
seismic experience)
48. Senior Processing Geophysicist (One Expat and one Local) 1+1
49. Senior Observer (One Expat and two Local) 1+2
(having Graduation in Electronic/ computer/ Geophysics or equivalent with
minimum 06 years’ experience as seismic observer)
50. Junior Observers (having Graduation in Electronic/ computer/ Geophysics or 2
equivalent with minimum 02 years’ experience as seismic observer)
51. Senior Surveyor (One Expat and one Local) 2
(minimum 06 years’ seismic experience)
52. Cable Chief (One Expat and Five Local) 1+1
53. Junior Surveyors 5
54. HSE Advisor 2
55. Assistant HSE Advisor 4
56. Doctor (PMDC registered, minimum 05 years’ experience of full-time 2
medical practice)
57. Medic 5
58. Camp Boss 1
59. Crew Administrator 1
60. Chief Vehicle Mechanic (One Expat and One Local) 1+1
61. Experienced Vehicle Mechanic (local) 6
62. Experienced Drilling Supervisor 1
63. Up-Hole/ LVL Observer 1
64. Up-Hole Driller 1
65. Security Supervisor (ex-army Officer) 2
66. Chief Permit man 1
Note: Expats are applicable in case of foreign contractor only

Page 143 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

L. Services required to be provided by the Contractor Agreed /


Not

15. Contractor shall arrange the necessary field security personnel to ensure security of
Contractor's employees, equipment, consumables and company representative.
16. Contractor will be responsible for obtaining necessary NOCs for the purchase,
transportation and storage of explosives (dynamite and detonators), if required.
17. Contractor will be responsible for obtaining all permissions from landowners of the
program areas and payment of reasonable damage claims to legal landowners.
18. Contractor shall bear the cost of import licenses, payment of custom duties,
demurrage fee, clearing agent's fee on imports into Pakistan for equipment, spare
parts and consumables items used directly in this program.
19. Contractor would fulfill HSE requirements as defined in the bid document.
20. Contractor will conform to the technical and operational specifications and
acquisition quality control criteria set forth in the bid invitation document.
21. Contractor agrees that no personnel (administrative, geophysical, or sub-contract)
may work for a continuous period exceeding (forty-two) 42 days without an
adequate period of break (14-15 days).
22. Contractor shall provide the necessary logistic for transportation of client personals
from base camp to Karachi whenever required and Karachi to Basecamp.
23. Crew availability for mobilization in Mar 2020
24. During technical evaluation, Company representative will visit the crew ready for
mobilization to ensure complete availability of the crew (equipment and personnel
listed from Item-A to Item-K above). Any shortcoming as per the ITB may result in
disqualification of the contractor. Contractor also agrees to tell name of offered crew
which would be audited and technically qualified / disqualified by the COMPANY.
25. Complete project schedule to be included in the technical bid for each option.
26. Contractor shall obtain clearance certificates regarding payments to locals from local
authorities after completion of the project
27. Minimum salary wages and overtime of labor (skilled/unskilled) will be in accordance
with Government of Pakistan rules
28. Contractor will provide a reasonable time (along with Gantt Chart) for mobilization of
equipment

M.  Schedule of start of project


Activities Schedule
Complete crew mobilization for First Project for and start of Within 90 days from the date of
recording issuance of LOA (Letter of Award
Complete crew mobilization and completion of basecamp Within 30 days from the date of
construction from one project to another issuance of LOA (Letter of
Award)
Field Testing (From One Project to another) Within 50 days from the date of
issuance of LOA (Letter of
Award)
Start of Data Recording (From One Project to another) Within 70 days from the date of
issuance of LOA (Letter of
Award)
Page 144 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

Note:
 Contractor to confirm in writing that it will fulfill the above schedule. Non-commitment to any of
requirement may automatically disqualify the bid. Furthermore, it will be bidder’s responsibility,
during technical evaluation of proposals, to prove that above timeline is manageable by the
bidder. Failure to do so may result in rejection of bid.
 If a contractor fails to meet the timelines after the award of contract, committed in its bid or
confirmed through email during Technical evaluation of bids, then the contract / LOA of that
contractor may be cancelled and the contract may be awarded to second financially lowest and
technically qualified bidder.

N. Penalty Clauses:
Note: Dozers: In case a minimum of eight (03) bulldozers for 2D and five (05) bulldozers for 3D are not in
working condition for any part of any day, a penalty of US$ 30 / hour per dozer will be applicable and
shall be adjustable/deductible from the contractor’s invoices.
Unable to Complete crew mobilization for First Project for and USD 300,000 or 3% of the specific
start of recording within 90 days from issuance of LOA project (whichever will be higher)
cost may apply for each project
Unable to start of Data Recording within 70 days of issuance of USD 400,000 or 4% of the specific
FWO (One Project to another) project (whichever will be higher)
cost may apply for each project
In case of non-compliance of any one (or more) of the HSE USD 100,000 or 1% of the specific
requirements mentioned in “Exhibit I, Section 18 Penalty” project (whichever will be higher)
cost may apply for each project

Page 145 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

T&Cs of WORK CONTRACT

Standard Terms and Conditions of Work Contract

1. The Contractor shall employ its/his own workmen/ labor/ persons/ personnel and shall provide materials, tools,
plant and transport necessary for the work and shall be responsible for all royalties and its/his rates shall
include for all these except only the materials and/or services listed in this Contract which shall be issued free
of charge to him by the Company. Any materials not agreed to be issued free to the Contractor and not
included in this Contract shall be issued to it/him only against payment or value receivable at cost to the
Company plus 20 percent.
2. The work and materials shall be to the satisfaction of the Company's representative and the Contractor's rates
shall include for all incidental and contingent work, which although not specifically mentioned in this Contract,
are necessary for its completion in a sound and workman-like manner.
3. The Company's representative shall have the power to:

a. Reduce the rates at which payment shall be made if the quality of the work, though acceptable, is
not up to the required standard.
b. Direct the Contractor to remove any inferior materials from the site and to demolish or rectify
any work of inferior material or workmanship, failing which the Company's representative may
arrange for any such work to be demolished or rectified by any other means at the Contractor's
expense.
c. Direct deviations in any parts of this Contract, all such deviation orders to be in writing and to
show the financial effect, if any, of such deviations and whether any extra time is to be allowed.
4. The Contractor shall engage such number of workmen/ labour / personnel as it/he may consider necessary and
shall be directly responsible for determining the terms and conditions of their service. all such workers/
employees/ persons/ personnel shall continue to be the workers/ employees / persons / personnel of the
Contractor and the Company shall not be responsible for them, their dues, claims, damages, disputes for
terminal benefits, whatsoever that may arise in connection with their employment with the Contractor.
5. The Contractor alone shall be responsible for the payment of any and all compensation to its/his
workers/labor/personnel employed and or authorized by it/him in the premises of the Company in the
execution of this Contract.
6. The Contractor shall be responsible for the conduct, behavior and work production of his workmen individually
and/or collectively and shall exercise administrative control over them directly.
7. The Contractor shall ensure that the workers employed by it/him abide by all the safety precautions in force
and comply with all such requirements as may be laid down from time to time in connection with the execution
of this Contract, including the Company’s QHSE rules and regulations, and relevant applicable provincial or
federal workers’ safety laws and regulations. The Contractor’s employees/ workmen shall confine themselves
to the work areas or areas as may be specified by the Company from time to time.
8. The Contractor shall not sublet or assign this Contract or any part thereof to any other person and /or Company
and shall always be personally responsible for the satisfactory and efficient performance and progress of the
work entrusted to him under this Contract.
9. The Contractor shall not Sub-Contract any part of the Contract without Company’s prior approval in writing
provided sub-Contracting is already specified in the bid by the Contractor. The Contractor guarantees that any
and all sub-Contractors of the Contractor for performance of any part of the work under the Contract will
comply fully with the terms of the Contract applicable to such part of the work under the Contract and that the
Contractor shall be solely responsible for all the works carried out by the sub-Contractor.

Page 146 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

10. Any provision or terms of this Contract which is or may be void or unenforceable shall to the extent of such
invalidity or unenforceability be deemed severable and shall not affect any other provision of Contract.
11. the Company shall have the right to increase, decrease, add, delete from and/or amend the bill of quantities
and the work defined in scope of work as deemed necessary before, during or after the execution of the
Contract. All such additions, deletions and amendments shall only be authorized in writing by the Company /
engineer.
12. The Contractor shall have no claim against the Company in respect of any work which may be withdrawn,
deleted, abandoned or postponed by the Company. In this context the Contractor shall be paid for only such
works as are actually completed in accordance with the Contract and duly certified by the engineer.
13. Contractors or their agents are required to visit site personally before preparation / submission of bid and
guarantee that with the exception of force majeure, they have taken into account all factors which includes but
not limited to security situation, local influentials, access to the site, working conditions and uncertainty of
prices of material etc. and will complete work in given time and at quoted cost. All contingencies should be
built in and no escalation in cost and time will be considered due to any reason.
14. The Contractor shall ensure the employment of unskilled workers amongst the locals of the area in which the
exploration and production activities are in progress to the extent of at-least fifty percent of their total strength
of unskilled works and also give preference to the locals in the skilled job if such skilled persons are available
from the local area.
15. In the event of any accident/incident involving Contractor's personnel/ affiliates/ representatives at the
Company site, the Contractor, at his own initiative and costs, will immediately inform the Company, in writing,
and report the matter to relevant executive and legal authority.
16. All problems arising out of the performance of the Contract shall be the sole responsibility of the Contractor; in
particular problems relating to employment, local taxes, any demands from locals or notables, security of the
personnel, machineries, equipment and property of the Contractor, local issues etc.
17. No idle claim in respect of manpower, equipment, machineries, suspension of works, services, materials,
travel/transport, boarding/ lodging, taxes, stoppage / suspension or cancellation / termination of work due to
land issues, local problems, interference of local influential, law and order situation etc. shall be paid to the
Contractor for any reason whatsoever.
18. The Contractor shall be liable for payment direct to the appropriate authorities of all contributions and other
money required or prescribed but not necessarily limited to social labour laws, social security laws and
regulations or any similar legislation and shall hold harmless and indemnify the Company against any payment
whatsoever that the Contractor is required to pay in respect of the Contractor’s personnel under any provision
of such legislation.

19. TAXATION :
a. The Contract price is inclusive of all federal, provincial and / or local taxes including but not
limited to income tax, turnover, capital gains tax, federal sales tax, provincial sales tax, whether
arising in Pakistan or anywhere else, imposed by any national, provincial and / or local tax
authority of Pakistan or any other country relating to or assessed upon the profits or gains or
assumed profits or gains of the Contractor and / or any subContractor, agent, representative
and / or any person employed for providing services to the Contractor or any sub-Contractor
arising directly or indirectly out of performance of the Contract.

b. The Company shall have the right to deduct from the payments due to the Contractor, the
withholding tax including but not limited to withholdings relating to income tax, federal sales tax,
provincial sales tax from the invoice amount at the applicable rate prevailing on the prescribed
date of withholding and shall pay the amount so deducted to the relevant federal and / or
provincial tax authority. the withholding tax shall not be deducted and / or deducted at a reduced
rate by the Company provided the Contractor produces / submits the nil and / or reduced rate
Page 147 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

withholding rate certificate, as the case may be, to the Company issued by the relevant federal
and / or provincial tax authority of Pakistan . The Company shall provide a certificate to the
Contractor, on request, indicating that the amount of tax withheld has been deposited with the
relevant federal, provincial and / or local tax authority in accordance with the applicable tax laws
relating to issuance of such certificates.

c. Any increase and / or decrease in sales tax due to changes in the federal / provincial sales tax
laws or in judicial or official governmental interpretation in respect of such laws, made after the
issuance of letter of award, may be adjusted by the Company, at its discretion. in order to give
effect to the change, the Company and / or Contractor will be bound to fulfill all the procedural
requirements which includes obtaining registration of the governmental authority, necessary
approvals from the governmental authority etc. all other taxes, levies and duties shall not be
subject to adjustment due to any change in law.

d. The Contractor hereby undertakes to discharge the tax liabilities including but not limited to
income tax, turnover, capital gains tax, federal sales tax, provincial sales tax, filing of declarations
relating to tax liabilities in accordance with the applicable tax laws of Pakistan or any other
country. Upon the request by the Company; the Contractor shall provide all the documents,
information or details required by the Company in connection with / relating to audit or any
other proceedings initiated by the federal, provincial and / or local tax authority of Pakistan or
any other country.

e. If the Company, on behalf of the Contractor, may be required to pay any taxes including but not
limited to income tax, turnover, capital gains tax, federal sales tax, provincial sales
tax, default surcharge, penalty levied and / or any other costs incidental thereto, arising in
Pakistan or any other country, the Contractor agrees to protect, indemnify and hold the Company
harmless from and against any such tax liabilities including incidental costs relating thereto.
20. The Contractor shall ensure strict compliance with all relevant laws, rules and regulations including those
applicable to its/his workmen / employees and shall indemnify the Company against all losses, damages, costs
and expenses that may be incurred by the Company owing to the Contractor's failure to strictly comply with
any such law, rule or regulation.
21. The Contractor will carry adequate insurance and hereby agrees to indemnify the Company against all actions,
suits, proceedings, claims, damages or expenses, including any lability, loss, claim or proceedings, whatsoever is
engender any law in respect of personal injury or death of any person, resulting out of or in connection with
carrying out of the Contracted work whether or not such actions, suits, proceedings, claims damages or
expenses shall arise or be brought or have to be paid under the workmen's compensation act, 1923 or under
any other law.
22. The Contractor shall be liable for, and shall indemnify the Company against, any expense, liability, claim,
proceedings or loss, including any consequential loss, in respect of any injury or damage whatsoever to any
property real or personal in so far as such injury or damage arises out of or in the course of or by reason of the
performance of this Contract, and provided always that the same is due to any negligence, omission, act or
default of the Contractor, his servants or agents, and Contractor at his own cost, shall carry out all repairs
resulting from such injury or damage as aforesaid.
23. The Contractor hereby guarantees that it/he and the workmen/ employees/ personnel/ persons employed by
it/him in connection with the execution of this Contract shall maintain industrial peace while on the job inside
the Company's premises during the entire period of the Contract and any administrative, disciplinary or any
other dispute arising between the Contractor and its/his employees or any dispute amongst the workmen/
employees, interest, shall be settled outside the Company's premises without effecting the work schedule set
forth by the Company.

Page 148 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

24. The work is to be commenced immediately upon receipt of the written order to commence work but not
before.
25. The Contractor shall clear away rubbish and surplus materials from the site on completion of his work and shall
leave the site clean and tidy.
26. Contractor shall submit a quality compliance certificate (qcc) printed on Contractor's letter head, after
completion of work, along with the final invoice in order to process payment.
27. The Company may hire services of third party inspection service providers at Company’s costs at any stage of
bidding/ pre-qualification and during the Contract period.
28. Dis-qualification / Blacklisting:
The Company shall disqualify a Contractor if it finds, at any time, that the information submitted by him/them
concerning his/their qualification as Contractor was false and materially inaccurate or incomplete. The
Company can permanently or temporarily bar Contractors participating in their respective procurement
proceedings who either consistently fail to provide satisfactory performances or are found to be indulging in
corrupt or fraudulent practices. Such barring action shall be duly publicized and communicated to the
concerned authority. The Contractor who is to be disqualified/ blacklisted shall be accorded adequate
opportunity of being heard by the grievance committee of the Company.
29. Guarantees / Warrantees:
a. The Contractor shall guarantee satisfactory performance of any and all plant/ equipment/
material supplied/ installed/ commissioned and services as per provisions of the Contract. The
Contractor is responsible to provide and prove the performance parameters of all plant/
equipment/ material and services.
b. If the equipment does not achieve satisfactory performance or otherwise adhere to the
requirements outlined in the Contract, the Contractor shall promptly analyze the cause of
defect/failure and shall take all necessary corrective measures in a prompt manner to ensure
satisfactory performance. Company can also independently determine the cause of such failure.
Contractor shall be liable to bear all expenses of the design, purchase, delivery and installation of
such changes, modifications or additions to the facility. The liability of such addition,
modifications shall be un-limited.
c. The Company shall promptly notify the Contractor in writing of any claims arising under this
warranty.
d. Upon receipt of such notice, the Contractor shall immediately repair or replace the defective
equipment or parts thereof, without any cost to the Company. This includes dismantling of
equipment at site, its transportation (from and back to site) and its installation.
e. If the Contractor, having been notified, fails to remedy the defect(s) within a reasonable period,
the Company may proceed to take such remedial action as may be necessary, at
the Contractor’s risk and expenses without prejudice to any other rights which the Company may
have against the Contractor under the Contract.
f. During the warranty period the Contractor shall make good by repair or replacement at the
Company option any defect in the goods or services or non-conformity to the specification in the
Contract. Any repaired or replaced good (or service) shall be on further warranty period from the
date of repair/replacement to the satisfaction of the Company.
g. The Contractor’s liabilities and the Company remedies in respect of defects in the goods or
services and any damage to the goods resulting there from whether arising from breach of
Contract or warranty, negligence or otherwise are solely and exclusively as stated in this clause.

30. Termination:
The Company shall have the right to terminate this Contract at any time and in such case the Contractor shall
cease to work with immediate effect. The Contractor shall have no claim against the Company's terminations of
Page 149 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

this Contract or in respect of any work which may be withdrawn, abandoned or postponed except for work
actually completed under this Contract.

31. Liquidated Damages (LD):


The Contractor shall be liable to pay the Company liquidated damages of one (1) percent of the estimated total
cost of the work per day late in completion up to a maximum of ten percent of Contract value. This payment
shall be at the Company's discretion and may be reduced or waived if in the opinion of the Company's
representative the work has been delayed for valid reasons.

32. Arbitration:
In the event of any dispute between the parties to the Contract arising out of these presents, such dispute shall
be referred for arbitration under arbitration act 1940 (Pakistan ), to two arbitrators, one to be appointed by
each party, and in the event of disagreement between such arbitrators the matter shall be referred to an
umpire whose name shall be agreed upon by the arbitrators before entering upon the arbitration and the
award of the arbitrators or the umpire shall be final and binding upon the parties. The cost of arbitration shall
be shared equally by the parties. The venue of the arbitration shall be Karachi. Pakistani laws shall be
applicable.

33. Performance Guarantee (PG):


Contractor shall furnish performance guarantee equal to value US$ 1,500,000/-.in the form of bank guarantee
from Company approved bank in Pakistan as per format specified in the tender document before execution of
Contract. The performance guarantee would be valid for the period specified in Company's letter of award
(LOA) or subsequent notification.

34. Force Majeure:


The parties will not be considered to be in default in the execution of their Contractual obligations or any of
them to the extent that the execution of such obligations or any of them is delayed or omitted by cause of force
majeure. In the event of force majeure occurrence the affected party shall advise the other party in writing
within seven (7) days of the occurrence of any such case of force majeure. the term force majeure employed
therein shall mean acts of public enemy, wars (whether declared or not) invasion, hostilities, revolution,
insurrection or civil disturbance, epidemics, riots, strikes (other than among the Contractor's own employees),
acts of government or state or any representative thereof, fires, floods, earth quake, commotion, disorder and
other causes similar in kind to those herein mentioned and which are not under the control of either party,
which makes the performance of this Contract unfeasible and which by the exercise of due diligence the party
seeking excuse from performance is unable to overcome
a. The Company is not liable to the Contractor for any damage or loss caused by force majeure
directly or indirectly.
b. In case of Force Majeure no idle time claim will be paid by the Company for any reason
whatsoever.
c. Where the period of force majeure exceeds one (1) month, the parties shall mutually consult
with a view to terminate the Contract.

35. Intellectual Property / Confidentiality:


All information provided to Contractor prior to execution of work, during execution of work and on completion
of activity, in any form is information and intellectual property of Pakistan Petroleum Limited (PPL). In any
circumstances the Contractor is not allowed to share such information with any other party without written
confirmation of the Company.

Page 150 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

36. Disclosure Clause (Integrity Pact):


Contractor hereby declares its intention not to obtain or induce the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Pakistan (GOP) or any administrative
subdivision or agency thereof or any other entity owned or controlled by it (GOP) through any corrupt business
practice. without limiting the generality of the foregoing, Contractor represents and warrants that it has fully
declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and
shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any
natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter,
shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether
described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
Contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP, except that
which has been expressly declared pursuant hereto. Contractor certifies that it has made and will make full
disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with
GOP and has not taken any action or will not take any action to circumvent the above declaration,
representation or warranty. Contractor accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of
this declaration, representation and warranty. it agrees that any Contract, right, interest, privilege or other
obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and
remedies available to GOP under any law, Contract or other instrument, be voidable al the option of GOP.
notwithstanding any rights and remedies exercised by GOP in this regard, Contractor agrees to indemnify GOP
for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation
to GOP in all amount equivalent to ten times the sum of any commission, gratification, bribe, finder's fee or
kickback given by Contractor as aforesaid for [the purpose of obtaining or including the procurement of any
Contract, right, interest, privilege or other obligation or benefit in whatsoever form from GOP.

37.Integration:
a. The express terms of this Contract constitute the final and entire statement of agreement
between the parties, and unless specifically incorporated within the terms of this Contract, no
previous correspondence, representations, expressions or agreements, either written or oral, by
either party, shall vary the terms of this Contract. the express terms of this Contract shall not be
supplemented or contradicted by course of dealing, usage of trade, or course of performance
under this or any other Contracts. Any changes to this Contract shall be accomplished in
accordance with the provisions hereof and any amendments to this Contract shall be in writing
and signed by both parties.
b. Contractor's proposal will remain an integral part of this Contract along with all subsequent
correspondences, submissions, clarifications and confirmations.
c. The annexure, referred documents, clarifications and correspondence constituting this Contract
between the Company and the Contractor are intended to be complementary so that what is
required by any one of them shall be as binding as if called for by all of them. in the event of any
conflicting provisions or requirements within the several parts of the Contract documents or any
conflict in rates and terms and conditions precedence shall be given in the following order:
i. letter of award (LOA)

ii. terms and conditions of this Contract

iii. Annexures including facts, figures, maps, specifications and terms in annexures attached
with this Contract. iv.Clarifications/ correspondence mutually agreed by both parties during
the finalization of Contract.
v. Company invitation to bid/ request for quotation for this work.

vi. Contractor's proposal/ bid submitted against Company invitation to bid for above work.
Page 151 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

The above terms and conditions are fully understood and accepted by the Contractor.

Page 152 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

FORMAT FOR BID BOND


(Amount and Validity as specified in ITB)

BANK GUARANTEE NO.______________


DATED: ___________________________
AMOUNT: _________________________
EXPIRY: __________________________
Pakistan Petroleum Limited
P.I.D.C. House, Karachi.
AS PER TENDER NO. GMP/SC/XXXX/17
FOR ____________
WHEREAS _________________________________________________ (hereinafter called “the Bidder”) has submitted
to PAKISTAN PETROLEUM LIMITED (hereinafter called “the Company”) a bid dated _____________________ day of
_________________________ year _____, for the execution of the above work.

AND WHEREAS it is provided by this bid that the Bidder shall furnish the Company with security by way of an
unqualified bond or guarantee for the due fulfilment of certain matters relating to this Bid.

AND WHEREAS _________________________ have at the request of the Bidder agreed to give such security.

NOW THEREFORE WE __________________________________________________ of


____________________________________________________________________________________________
undertake, subject to the following terms, to pay to the Company on its demand such sums as may be claimed by it in
writing upto a maximum of bid bond amount recorded on the Form of Bid and/or Company’s tender document.

1. The Company may claim payment hereunder if either:

1.1 Before the date stipulated in the Form of Bid for the validity of the Bid or any extension to this date agreed
between the Company and the Bidder, the Bidder attempts to withdraw, modify, or amend his bid
without the approval of the Company or

1.2 The Company has agreed with the Bidder that a Contract will be executed, but the Bidder fails to execute the
formal Contract Document when requested to do so by the Company or

1.3 At the time of entering into a Contract with the Company to undertake and complete the work, the
Bidder fails to provide the Bonds and Guarantees required by such Contract.

2. Payment shall be made hereunder on the Company’s first demand in writing to us stating that one or more of the
above events has occurred without any further condition or substantiation and without the necessity of any
proceedings whatever, whether judicial or otherwise being instituted by the Company.

3. The Bond shall remain in full force and effect until the date when the Bidder shall have executed the formal
Contract Document and provided the necessary Bonds and Guarantees thereunder or upon the written rejection by
the Company of the Bidder’s Bid, whichever is earlier, at which time the Bond shall automatically expire and be of no
further effect.

IN WITNESS WHEREOF this Bond has been duly signed and sealed on the __________ day
_________________________ year ______.

For and on behalf of


________________
__________ Branch

Witnesses: Officer Manager

1. _______________
2. _______________
Page 153 of 161
Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

FORMAT FOR PERFORMANCE BOND / GUARANTEE


(Amount and Validity as specified in Company’s LOA)

BANK GUARANTEE NO.______________


DATED: ___________________________
AMOUNT: _________________________
EXPIRY: __________________________
Pakistan Petroleum Limited
P.O Box 3942,PIDC House,
Dr. Ziauddin Ahmed Road,
KARACHI-4
Dear Sir,

PERFORMANCE GUARANTEE

DESCRIPTION OF WORK ___________________________________________


W h e r e a s , w e u n d e r s t a n d t h a t y o u h a v e p l a c e d a Wo r k C o n t r a c t N o . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
dated __________________ with _____________________________ __________________(The
B i d d e r ) f o r t h e a b o v e m e n ti o n e d w o r k an d t h a t i n a c c o r d a n c e w i t h t h e t e r m s o f t h e c o n t r a c t , t h e
B i d d e r i s r e q u i r e d t o f u r n i sh a B a n k Gu a r an t e e in r e sp e c t o f i t ’ s o b l i g ati o n s u n d e r t h e s a id
c o n t r a c t f o r a n a m o u n t e q u a l t o X XX X X X v a lu e v iz ( * ).
N o w , t h e r e f o r e , i n c o n s id e r a ti o n o f t h e ab o v e , w e , ( N a m e an d a d d r e s s o f B an k ) h e r e b y G U A R A N T E E
i r r e v o c ab l e an d u n c o n d i ti o n a l l y t h e d u e p a y m e n t t o y o u u p o n d e m a n d o f su c h s u m o r s u m s n o t
e x c e e d in g ( * ) i n t h e e ve n t t h a t t h e B i d d e r f a i l s t o p e r f o r m o r f u l fi l l a n y o f t h e t e r m s
a n d c o n d iti o n s o f t h e c o n t r a c t a t t h e ti m e o r d u r in g t h e p e r i o d s p e c i fi e d t h e r e f o r e i n t h e c o n t r a c t ,
p r o v i d e d t h a t an y d e m an d h e r e u n d e r i s r e c e i v e d in w r i ti n g a t t h i s o ffi c e w i t h i n t h e v a l id i t y o f t h i s
g u a r an t e e a c c o m p a n ie d b y y o u r w r i tt e n d e c la r a ti o n t o u s t h a t t h e B i d d e r h a s f a i l e d t o c o m p l y w i t h
t h e t e r m s o f t h e c o n t r a c t , a n d s u ch d e c l a r a ti o n sh a l l b e a c c e p t e d b y u s a s c o n c l u s i ve p r o o f t h a t
t h e am o u n t c l a i m e d i s d u e t o y o u , an d w e s h a ll f o r t h w i t h p a y y o u t h e a m o u n t c l a i m e d .
O u r l i a b i li t y u n d e r t h i s g u ar a n t e e s h a l l n o t b e a ff e c t e d b y a n y d i s p u t e o r d i ff e r e n c e b e t w e e n y o u
a n d t h e B i d d e r o r b y an y f o r b e ar a n c e o r in d u l g e n c e g r a n t e d b y y o u t o t h e B i d d e r o r b y an y o t h e r
s e c u r i t y h e ld b y y o u f r o m t h e B id d e r r e l a ti n g t o t h e ab o v e m e n ti o n e d c o n t r a c t o r a n y v a r i a ti o n i n
t h e c o n t r a c t o r an y o t h e r m a tt e r o r t h in g w h i ch m i gh t o t h e r w i s e a ff e c t o u r li a b i l i t y h e r e u n d e r .
T h i s Gu a r an t e e w i l l r e m a i n v a l id u n ti l . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . an d an y c l a im s h e r e u n d e r
m u s t b e r e c e i v e d b y t h a t d a t e , aft e r w h i c h t h i s g u a r a n t e e w i l l b e c o m e n u l l & v o id , an d m u s t b e
r e t u r n e d t o u s f o r c an c e l l a ti o n . T h i s gu a r a n t e e s h a ll b e c o n s t r u e d i n a c c o r d an c e w i t h t h e l a w s o f
Pakistan.

Yours faithfully,
For and on behalf of
( Name of Bank)

________________ Branch

___________________
Authorized Signature

* Currency in which Contract is placed _________ _________


Officer Manager
Witnesses:
1. _______________
2. _______________

Page 154 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

BIDDER’S TAXES

The Bidder assumes full and exclusive liability for payment of all taxes, including by way of
illustration and not limitation, turnover, value added, capital gain, corporate and income taxes
whether arising in Pakistan or anywhere else, now or hereafter levied or imposed by any local
and/or national fiscal authority of Pakistan or any other country relating to or assessed upon the
profits or assumed profits or gains of Bidder arising directly or indirectly out of the performance
of this Agreement.
Bidder agrees, covenants and undertakes to defend, indemnify and hold harmless the Company
from claims, suits, costs, liabilities, judgments, fines, penalties and demands for loss or damages
including any and all expenses, disbursements, costs, legal fees and sums and amount as may be
incurred in the investigations, handling and defense thereof resulting from or any way
connected with any such tax assessment or imposition both on its own behalf and on behalf of
any sub-Bidder and any person employed by or providing services to Bidder or any sub-Bidder.
Bidder undertakes to file tax returns in Pakistan in accordance with the tax laws of Pakistan and
in filing such returns and furnishing requisite information as may be required by the tax
authorities during the course of assessment proceedings shall exercise due care and diligence
with a view to full compliance with relevant provisions of the said tax laws, Bidder undertakes to
pay Income-tax, Super-tax, Surcharge or any other tax leviable on income arising directly or
indirectly under this Agreement.
Where Bidder is not resident within Pakistan and if the income of Bidder is exempted under any
provision of Pakistan Income Tax Ordinance then Bidder shall be responsible for obtaining a tax
exemption certificate from Pakistan Income Tax authorities.
If no tax exemption certificate is obtained and provided by Bidder to Company with the invoice
before payment is due or a certificate obtained is subsequently withdrawn the Company shall
have the right to deduct from payment due to Bidder the withholding tax, at the rate prevailing
from time to time of the invoiced amounts and pay such amounts to appropriate authorities.
However if a reduced rate certificate is obtained by Bidder and provided to Company before
payment is due, Company shall deduct from payments due to the Bidder the withholding tax at
the reduced rate specified in such certificate and pay such amounts to the appropriate
authorities. Any withholding tax paid by the Company for Bidder during the terms of this
Agreement shall be subject to final assessment by Pakistan Income Tax authorities.
Company shall deliver to Bidder within thirty (30) days after it has made any payments from
which it has deducted any withholding tax a receipt evidencing the deposit of such withholding
tax into the Government Treasury.
Bidder agrees to register with all requisite authorities under the laws of Pakistan including the
tax authorities prior to commencing operations in Pakistan.
Bidder agrees to protect, indemnify and hold Company harmless from and against any income
tax, additional interest and penalties leviable by the Pakistan tax authorities, on Bidder's
employees and which the Company may be required to pay in the first instance.
Bidder shall also be responsible for any income tax leviable on Bidder's expatriate personnel,
under the laws of Pakistan and for any and all social security insurance and other contributions
for Bidder expatriate personnel regardless of whether such contributions are levied on employer
or employee or both in Pakistan.
The Bidders fees shall be deemed fixed for the duration of this Agreement so long as there are
no changes to the tax laws of Pakistan.

Page 155 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

FORMAT FOR SUBMISSION OF EXCEPTIONS

Exceptions to terms and conditions of this ITB if any must be submitted in following format in
the technical response envelopein a separate attachement marked as “EXCEPTIONS”.

S# PPL’s ITB Original Clause Bidder’s Exception Justification for


Exception

RELEVANT SECTION OF THE ITB AND TITLE

PPL’s ITB Article Reference Exceptions raised: Rationale for raising


ITB Article Original wording e.g. Addition, exception.
deletions or
modification
Complete amended
clause with changes
clearly highlighted

Different sections e.g. Technical, Financial, Additional Financial, Draft Contract etc must be
clearly highlighted in above table. This list must be an exhaustive list of exceptions to all terms
and conditions of the ITB. Additional terms which though not covered in the ITB but are
necessary for providing the services must also be included in this section.

Page 156 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

PPL POLICIES
QHSE POLICY

Page 157 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

SEAT BELT POLICY

Page 158 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

SMOKING POLICY

Page 159 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

LIST OF PPL APPROVED BANKS


Bank Guarantees i.e. Bid Bond, Performance Guarantee and Advance Payment Guarantee issued
only by following banks, as per the format included in this ITB, shall be accepted.

Page 160 of 161


Pakistan Petroleum Limited PD/LTA/PT/11300/2020 RFQ_11300

1. Allied Bank Limited


2. Askari Bank Limited
3. Bank Al-Falah Limited
4. Bank Al-Habib Limited
5. Faysal Bank Limited
6. Habib Bank Limited
7. Habib Metropolitan Bank Limited
8. MCB Bank Limited
9. National Bank of Pakistan
10. Dubai Islamic Bank Pakistan Limited
11. Standard Chartered Bank (Pakistan) Limited
12. United Bank Limited
13. JS Bank Limited
14. Samba Bank Limited
15. Meezan Bank Limited
16. Industrial and Commercial Bank of China
17. Soneri Bank Limited

Page 161 of 161

You might also like