You are on page 1of 183

CNOOC IRAQ LIMITED

SECTION 3

TECHNICAL REQUIREMENT

FOR

DRILLING RIG AND ASSOCIATED SERVICES FOR


NEW TEN (10) WELLS

TENDER No. : CMIT-PRT-10.30-210022

Dubai, U.A.E
CNOOC IRAQ LIMITED

PREFACE

DEFINITIONS

In addition to the terms defined in the ITT, the following terms apply to the Scope of Work as defined
in this document:
COMPANY or Company - CNOOC Iraq Limited

CONTRACTOR or Contractor - Selected Bidder (Winner Bidder) that signed Agreement with
Company after Tendering Process.

The scope of work in this ITT is ten (10) wells, the detailed workload is as below table shows.

No High-tech wire-line
Well Name Well Type Target Well Number
. logging well number
1 Typical well A Deviated Asmari 1 1
2 Typical Well B Vertical Asmari 2 1
3 Typical well C Horizontal Mishrif 4 0
4 Typical well D Vertical Mishrif 3 2
Note: Due to long distance of subsurface target from well head, the Asmari deviated well will have to
build angel in 16" open hole section

CONTRACTOR is required to provide total at least three (3) drilling rigs, to perform the drilling operation
and lower completion for horizontal wells workload in order to ensure finish all workload as Company’s
requirement. And the bidders will be disqualified if proposed rig quantity is less than three (3). The rig
capacity is required no less than 2000HP for drilling Mishrif reservoir wells. The rig capacity is required
no less than 1500HP for drilling Asmari reservoir wells. Bidder(s) shall consider the drilling operation
duration to propose the drilling rig capacity and drilling rig quantity.

The drilling rig and associated services shall be performed in lump-sum model, the detail requirements have
been specified in this ITT. The first well shall be spud-in within 3 months and complete all other required
rigs mobilization within 4 months from Contract effective date. The total drilling operation duration shall
be no more than sixteen (16) months from the first well spud-in date, and the demobilization duration shall be
one (1) month. Company has the right to adjust the drilling operation duration according to the actual workload
and updating drilling plan.

Company has right to drill other Mishrif/Asmari Vertical/ Horizontal/Deviated wells with the same well price
as option in this tender, the price shall be calculated based on meterage rate in Section 4 for the wells depths
difference.
CNOOC IRAQ LIMITED

COMPANY reserves the right to adjust the drilling sequence, well location, well targets, well trajectory, well
depth, well type and well name according to the geological and reservoir requirement.

CONTRACTOR shall provide the drilling operation program for these wells based on Company technical
requirement and geological program provided by COMPANY and the drilling operation program of each well
should be drafted by CONTRACTOR and submitted to COMPANY at least two weeks before spud-in date,
and get approval from COMPANY one week before spud-in date.

For the drilling program, CONTRACTOR should provide EDM or other related xml file for directional well
design for check and review by Company or provide compatible files to Company.
CNOOC IRAQ LIMITED

TECHNICAL REQUIREMENT

FOR

DRILLING RIG AND ASSOCIATED SERVICES FOR

NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

LISTS OF APPENDIXES TO THE CONTRACT

APPENDIX A– SCOPE OF WORK AND TECHNICAL SPECIFICATION W/ ATTACHMENTS


Attachment 1 – Scope of Work
Attachment 2 – Equipment, Services and Supplies Responsibility Matrix
Attachment 3 – Description of Drilling Rig
Exhibit 3-1 Drilling Rig
Exhibit 3-2 Drilling Crew
Attachment 4 – Description of Associated Services
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Directional Drilling Service
Exhibit 4-6 Drilling Rig Supporting Service for lower completion for horizontal
section
Attachment 5 – General Technical Requirements
Exhibit 5-1 General Requirements
Exhibit 5-2 Logistic Requirements
Exhibit 5-3 Construction Requirements
APPENDIX B– SCHEDULES AND MILESTONES FOR PRODUCTION WELLS

APPENDIX C- BASIC DRILLING DESIGN, DRILLING FINAL REPORT OF OFFSET WELLS


AND GEOLOGICAL PROGRAMS

Attachment 1 – Basic Drilling Program


Attachment 2 – Drilling Final Report For Offset Wells
Attachment 3 – Geological Programs

APPENDIX D- INFORMATION RESPONSES FROM BIDDERS FOR THE NEW 10 WELLS


CNOOC IRAQ LIMITED

APPENDIX A
SCOPE OF WORK AND TECHNICAL REQUIREMENTS
1. GENERAL
1.1 CONTRACTOR shall provide drilling rigs and associated services as specified in this Appendix
with associated equipment, tools, and materials, qualified technical services and competent
personnel in Missan Oilfields of Iraq.
1.2 This Appendix describes the scope of WORK to be performed by CONTRACTOR and references
the specifications, instructions, standards, and other documents, including the specifications for any
materials, tools or equipment, which CONTRACTOR shall satisfy or adhere to in the performance
of the WORK.

1.3 General Information

Country of Operations : The Republic of Iraq


: To be mutually agreed between COMPANY and
Inspection Site
CONTRACTOR
Mobilization to First Well Site : Designated by COMPANY’s written notice
Demobilization from Last Well Site : Designated by COMPANY’s written notice
COMPANY ’s Operating Base : Designated by COMPANY’s written notice

1.4 CONTRACTOR shall perform the WORK professionally and safely with due diligence and
efficiency in the most expedient manner with full regard to minimizing the impact on the
environment in the area in accordance with sound principles and current practices in the geophysical
and oil industry standard, and with full regard to COMPANY’S interests.
1.5 CONTRACTOR shall perform the WORK in accordance with all other terms and conditions of this
CONTRACT, which shall not be changed except by formal amendment in writing and signed by
the parties hereto.
2. SCOPE OF WORK
The detailed Scope of WORK as described the following Attachments:
Attachment 1-Scope of Work
Attachment 2- Equipment, Services and Supply Responsibility Matrix
Attachment 3- Description of Drilling rig and Drilling Crew
Exhibit 3-1 Drilling rig Specification
Exhibit 3-2 Drilling Crew
Attachment 4- Description of Associated Services
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Directional Drilling Service
Exhibit 4-6 Drilling Rig Supporting Service for lower completion for horizontal
section
Attachment 5-General Technical Requirements
Exhibit 5-1 General Requirements
Exhibit 5-2 Logistic Requirements
Exhibit 5-3 Construction Requirements
END OF APPENDIX A
CNOOC IRAQ LIMITED

APPENDIX A– ATTACHMENT 1
SCOPE OF WORK
CONTRACTOR shall provide Land Rigs and Associated Services with auxiliary equipment, associated
materials, qualified technical services and competent Personnel as specified in APPENDIX A to perform
all the drilling lump sum services, total ten (10) wells distributed in Abu Ghirab, Buzurgan and Fauqi
oilfields. The Drilling Rig and Associated Services shall be lump sum contract as the following
Responsibility Matrix, and Company has the right to drill the wells as daily rate model as quotation
according to the Contractor’s performance.
Total scope of work in this ITT is ten (10) wells, the detailed workload is as below table shows.
No High-tech wire-line
Well Name Well Type Target Well Number
. logging well number
1 Typical well A Deviated Asmari 1 1
2 Typical Well B Vertical Asmari 2 1
3 Typical well C Horizontal Mishrif 4 0
4 Typical well D Vertical Mishrif 3 2
Note: Due to long distance of subsurface target from well head, the Asmari deviated well will have to
build angel in 16" open hole section
These ten (10) wells will be drilled for developing Mishrif and Asmari reservoirs. The measure depth of
Mishrif horizontal wells is around 4900m, the measure depth of Mishrif vertical well is about 4200m etc,
the measure depth of Asmari Deviated well is 3300m, the measure depth of Asmari vertical well is 3200m.
More detailed information can be found in Geological Program and Basic Drilling Program as attached.

1. PROVISION OF DRILLING RIG


1.1 Drilling rig
CONTRACTOR shall furnish at least three (3) drilling rigs and fulfill all requirements set out in
Exhibit 3-1, Attachment 3 in this Appendix A and elsewhere herein.
Utilizing the Drilling rig and other equipment, CONTRACTOR shall drill for COMPANY, by the
rotary method, a well in search of hydrocarbons at the Well Location to such depth as is specified
by the COMPANY in accordance with drilling program. In addition to the drilling of such wells,
CONTRACTOR shall perform for the COMPANY certain related services as specified in this
Attachment.
1.2 Mobilization and Demobilization
CONTRACTOR shall be solely responsible to provide all personnel and equipment, materials, tools
etc. and other assistance required to move the Drilling rigs and accomplish safe and efficient
Mobilization and Demobilization operations.
1.3 Location
CONTRACTOR shall be responsible for locating the Drilling Rig in correct position in accordance
with COMPANY’S instructions. COMPANY’S Representative will confirm the location.
2. WORK ACTIVITIES
2.1 Drilling Operations
CONTRACTOR shall drill the well hereunder to the depth set forth in the final Drilling Program
approved by COMPANY. COMPANY may terminate the drilling at a lesser depth or continue
drilling to a greater depth; the maximum well depth does not exceed the depth capacity of the
Drilling rig as specified in Exhibit 3-1, Attachment 3 in this Appendix A.
Upon the Drilling rig arriving at the Well Site, CONTRACTOR shall promptly commence
performance of the WORK. The WORK shall be performed, insofar as is reasonably possible,
twenty-four (24) hours a day, seven (7) days a week and without shut-down for holidays, unless the
rig is moving or COMPANY specifies otherwise.
CNOOC IRAQ LIMITED

2.2 Drilling Program


The program to be followed in the drilling of the wells hereunder shall be as specified in
COMPANY’s well drilling program. The Basic Drilling Well Program shall be provided by
COMPANY. And the detail drilling operation program shall be provided by CONTRACTOR,
CONTRACTOR shall submit the drilling operation program to COMPANY for approval before the
commencement of drilling operation. CONTRACTOR shall use all reasonable care and attention to
ensure all aspects of the requirements set in attached COMPANY’s Drilling Basic Program which
is to be provided for CONTRACTOR to comply with. CONTRACTOR shall carry out the
inspections and checks on any of the requirements of the COMPANY Well Program which as
directed by COMPANY, and also the records and reports the results of such checks to COMPANY.
2.3 Drill Site Design and Preparation
Prior to the commencement of Work under this Contract, COMPANY has commenced to construct
the wellsites for these wells which drawing could be found in the Basic Drilling Design.
CONTRACTOR shall confirm the specification whether fit their rigs in proposals and supply to the
COMPANY the specifications for the layout including a draft plan showing the required drill site
size including drilling unit footprint, load bearing requirements, orientation and relative location of
the CONTRACTOR’s Equipment upon same. The COMPANY shall consult with CONTRACTOR
and modify and adjust this location layout plan if necessary to conform to existing limitations at the
COMPANY’s drill site. Refer to Responsibility Matrix.
Upon completion, discontinuance or abandonment of the Work to be performed under this Contract,
CONTRACTOR agrees to dismantle the Drilling Unit(s) and remove all the CONTRACTOR’s
equipment and machinery from the Location, properly plug the rat hole and mouse hole, remove
litter and debris created by CONTRACTOR or it’s sub-CONTRACTORs in connection with the
Work, and generally leave the premises in as good a condition as the same was at the commencement
of said operations.
2.4 Cuttings
Rotary cuttings will be sampled as and when required by COMPANY, which will furnish necessary
containers.
2.5 Depth Measurements
CONTRACTOR shall at all times be responsible for keeping an accurate record of the depth of a
hole as determined by steel tape measurements of the drilling string, and shall record such depths
on the Daily Drilling Report. COMPANY may at any time require CONTRACTOR to check
measurements of the depth of a hole in such manner as COMPANY specifies.
2.6 Plugging Back and Sidetracking
Upon being requested to do so by COMPANY and, with the assistance of any necessary third party
equipment and services provided or contracted by COMPANY, CONTRACTOR shall cease drilling
and shall plug back and sidetrack a hole.
COMPANY has the right to cease the drilling operation and require CONTRACTOR plugging back
and sidetracking if CONTRACTOR’s drilling operation failed to follow the drilling program.
2.7 Casing and Cementing
As requested by COMPANY, CONTRACTOR, with the assistance of any necessary third party
equipment and services provided or contracted by COMPANY, shall properly run, land and cement
casing of the size, weights, and grades and at depths as instructed by COMPANY. CONTRACTOR
agrees to clean all casing threads and to reinstall thread protectors on the casing until it is taken from
the racks to be run into the hole, and to grease the thread as it is made up with a suitable pipe
lubricant. CONTRACTOR further agrees to preserve all protectors and to break down all surplus
casing as required, put protectors on same as it is broken down and return such casing to the pipe
racks at the Drill Site. CONTRACTOR shall allow cement to set for the length of time specified by
COMPANY. After cement has set, the casing and cement job will be tested in a manner satisfactory
to COMPANY. Such testing shall continue until results satisfactory to COMPANY and Oil Industry
Standard are secured. Any re-cementing or remedy to casing cementing shall be at the
COMPANY’S option. The solution by contractor for remedy the problem, contractor shall provide
CNOOC IRAQ LIMITED

cement program and simulator of his job.


2.8 Drilling Fluids
CONTRACTOR agrees to maintain and operate the drilling fluid treating equipment on the Drilling
rig so as to maintain the drilling fluid in a manner satisfactory to COMPANY. CONTRACTOR, in
accordance with specifications set in attached Drilling Program, shall maintain the drilling fluid at
the direction of COMPANY. Contractor shall provide the chemical composition of each products
and function use and make up 1 m3 fluid mentioned all chemical material and manual of treatment.
2.9 Wireline Logging
CONTRACTOR shall provide all related equipment, tools and explosives & radioactive source for
performing the wireline logging items as attached COMPANY’s Geological Program, and the
service team could be on call out model when necessary pursuant to CONTRACTOR’s management.
2.10 Mud Logging
CONTRACTOR shall provide a complete set of Mud logging equipment & system, including all
qualified mud logging personnel. And Real Time Data Delivery Service transferred to COMPANY
office shall be provided by CONTRACTOR in this service.
2.11 Directional Drilling
In order to drill the horizontal wells, CONTRACTOR shall provide related tools, apparatus,
equipment and qualified personnel for the directional drilling service to meet the trajectory as
COMPANY required. COMPANY has right to modify the trajectory before or on drilling. If the
actual trajectory exceeds the designed trajectory due to CONTRACTOR’s poor performance,
CONTRACTOR shall be at his own responsibility for adjusting deviation to meet the reservoir
requirement. Contractor should provide manual for direction services and all specification of their
tools and program. Contractor shall provide the specification and certificates under oil well
standards for the directional tools. Company has right to adjust target depend on actual formation
depths.

3. ASSOCIATED SERVICES
CONTRACTOR shall provide the following associated services as required in Exhibits, Attachment
4 of this Appendix A:
Exhibit 4-1 Drilling Fluids Service
Exhibit 4-2 Cementing Service
Exhibit 4-3 Mud Logging Service
Exhibit 4-4 Wireline Logging Service
Exhibit 4-5 Directional Drilling Service
Exhibit 4-6 Drilling Rig Supporting Service for lower completion for horizontal section
END OF Appendix A, Attachment 1
CNOOC IRAQ LIMITED

APPENDIX A– ATTACHMENT 2
Equipment, Services and Supplies Responsibilities by Parties
Distribution of Supplies and Services between the COMPANY and the CONTRACTOR for
drilling management regulated as follow tables.
The personnel, equipment, materials, consumables and services defined hereinafter shall be
supplied on the site of operations and paid by the party marked with the letter “X” in the
appropriate columns.

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor

1. Pre-drilling Preparation
Operation Permit License (including drilling Assisted
1.1 permits and access to well location, and Location X X by
Contractor
preparation, access roads, tracks, Cellar, waste pit)
Relationship with local government and
1.2 X X
inhabitants
1.3 Survey, construction and supervision of well site X X
1.4 Water proof material for waste pit Option Option X X
1.5 Installation of Water proof material for waste pit X X
Construction and maintenance of road between
1.6 X X
well sites
Office facility for COMPANY representatives on
1.7 rig site (Five caravans including offices and rooms X X
for accommodation)
1.8 CONTRACTOR’s operation base facility X X
The application, location selection, design,
1.9 construction, and maintenance of X X
CONTRACTOR’s operation base
2. Mobilization and Demobilization, Move between well sites
Mobilization & Demobilization of rig and all
equipment & tools & instrument and materials Assisted by
2.1 COMPANY X X
between mobilization position and the first/last
well site
Customs clearance during transportation of rig and
Assisted by
2.2 all equipment & tools & instrument and materials COMPANY X X
from mobilization position to Iraq
2.3 Rig move between well locations X X
Mobilization, Demobilization and Rotation of
2.4 drilling and associated services personnel between X X
Origin and well site
Armored vehicles for Contractor’s personnel
2.5 transportation among Contractor’s Camp, well- X X
sites and Airport
3. Personnel, equipment, tools and materials
Personnel to perform the services which contained
3.1 X X
in this contract
Drilling rig and associated equipment as per the
3.2 X X
drilling rig description
CNOOC IRAQ LIMITED

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor
Cementing tools & equipment, cementing lab, mud
lab, mud material, solid control, mud logging
3.3 X X
equipment, wire line logging equipment,
horizontal drilling tools & equipment
Drill pipes, Drill Collars, HW-Drill Pipe, all
3.4 necessary X-over and lifting subs, Weight indicator X X
(Mud Watch system)

3.5 Tubing and Casing (including pup joint) X X

Casing accessories (including casing float


shoes/collars, centralizer, DV and liner hanger As per
system etc.) for all size casing COMPANY’s
requirement
3.6 Company has the right to inspect liner hanger and X X
system and check quality control plan in the specifications
country of origin for 4 persons , 10 days including in this ITT

travelling days .
3.7 Drilling bits and nozzles & accessories, Opener X X
3.8 Well head, tubing spool and X-mas tree assembly X X
As per
COMPANY’s
Drilling fluid materials (including barite and requirement
3.9 and X X
bentonite)
specifications
in this ITT
COMPANY’s materials excess of normal
3.10 consumable due to Contractor’s negligence if X X
company has enough materials.
COMPANY’s materials used in re-drill well or
3.11 others related services jobs caused by X X
CONTRACTOR’s negligence
Diesel fuel for rig generators, crane & forklift
(temporary imported by Contractor), camps,
service equipment (cement unit, logging unit, slick
3.12 X X
line unit) within mobilization duration and drilling
operation duration stipulated in Contract
(including mobilization and drilling operation)
Diesel fuel for rig generators, crane & forklift
(temporary imported by Contractor), camp, service
equipment (cement unit, logging unit, slick line
3.13 unit) beyond mobilization duration and drilling X X
operation duration stipulated in Contract and other
usage such as drilling fluid treatment (if the diesel
quantity enough)
3.14 Purify & Filter equipment for Diesel X X
Lube oils/ grease/ hydraulic fluids/ cleaning
3.15 X X
solvents for the rig and associated equipment
Dope / lubrication / thread lock/ lube seal for
3.16 X X
casing, tubing, drilling string and tools, etc.
3.17 Drilling water, cementing water and living water X X
3.18 Consumables for drilling rig and all equipment X X
3.19 Consumables for all COMPANY’s equipment X X
Other consumable materials and spare parts for
solid control system and mud pump, welding
3.20 X X
equipment such as shaker screens, pistons valves,
oxygen, acetylene, steel wire etc.
CNOOC IRAQ LIMITED

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor
Down hole tools including directional drilling
tools, 36” hole opener, reamers, roller reamer,
under reamers, near bit reamer, opener, and
3.21 stabilizers, drilling jar, drilling accelerator, MWD, X X
LWD, NMDC, by pass sub, agitator, bump sub,
mud motor, casing scraper, all necessary X-over,
etc. for each hole
3.22 Float valve and IBOP for each hole size X X
Conventional /Standard /Special fishing tools for
3.23 all down hole tools and equipment provided by X X
CONTRACTORs
Fishing tools for COMPANY’s down hole
3.24 tools/equipment (for each size of casing and tubing X X
as Drilling program)
Repair and replacement parts for CONTRACTOR
3.25 X X
furnished fishing tools
BOPs, bell nipple, choke and kill manifold & lines,
3.26 burning line remote operated choke, oil and gas X X
separator, adequate vent lines
Replacement rubber goods, elements, gaskets,
seals and all normal consumables for
CONTRACTOR’s annular type preventers, ram
3.27 X X
type preventers, BOP stack and controls. BOP’s
handling, installation and testing equipment (HP
pump, tester cup, tester stump, testing equipment)
3.28 Rig Camps X X
Single-Shot Instrument and Multi-Shot Instrument
3.29 X X
for well inclination survey
3.30 Drill pipe and casing rubber protectors. X X
Round-trip equipment (slips, wrenches, elevators,
3.31 X X
safety clamp etc.) for drill pipe and drill collars
Casing and Tubing handling & running equipment
3.32 for all sizes, automatic casing tongs & services, X X
special tools for 25CR/13Cr SS 7” casing
Adaptor between well head & BOPs extended
3.33 X X
drilling spool
3.34 Tester cups for all casing sizes X X
Mud condition system, liner motion shale shaker,
3.35 X X
centrifuges, desander, desilter and mud cleaner.
3.36 Shale shaker’s and mud cleaner’s screens X X
Equipment for the control & measure equipment of
3.37 principal mud Characteristics (weight, viscosity, X X
cake, water loss, chlorides etc.)
Top drive c/w mud saver valves, upper & lower
3.38 X X
IBOP.
3.39 Boarding for Stand Back Area (wooden mats) X X
3.40 Tanks for fuel, water and mud X X
3.41 Rig facilities pump X X
3.42 Matting boards for Rig and related equipment base,
X X
etc.
3.43 Bit breaker, drift tool for drilling tools & all size
X X
casing & tubing
CNOOC IRAQ LIMITED

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor
Equipment not mentioned above but necessary for
3.44 X X
the normal operation of CONTRACTOR’s rigs
Equipment not mentioned above but requested in
3.45 X X
writing by the COMPANY
Rotary steer tools for drilling 8-1/2" borehole and
3.46 X X
6" borehole in Mishrif horizontal well
4. Associated services
4.1 Geological Control X X
COMPANY
keep the right
to reject
casing shoe
4.2 Casing shoe depth selection depth for X X
down hole
operation
safely
4.3 Geological lab & equipment X X
4.4 Drilling fluids service X X
Running casing & liner and tubing, Welding rod
4.5 for the connection between 30” conductors and X X
30” float shoe.
4.6 Cementing service X X
Installation service (including welding rod) for
Wellhead, tubing spool and X-mas tree, Welding
4.7 X X
rod (Type: E7018) for between the bottom of 13-
5/8” casing head and 13-3/8” casing.
4.8 Wire line logging service X X
Mud logging service (including 4 mud logger
4.9 X X
screen)
Down hole tools service and Directional drilling
4.10 X X
service
4.11 Data recording service X X
4.12 Geological analysis service X X
4.13 Fishing service for all down hole tools X X
4.14 Communication as internet and phone on site X X
Internet telephone for COMPANY’s
4.15 X X
representative (s) on site
Internet and phone for Mud logging Real Time
4.16 X X
Data Delivery Service
Medical service, first aid treatment, medicine and
4.17 X X
medical evacuation on site
Catering service
Supplier should have the certificate of ISO 22000
4.18 X X
All the catering staff should have healthy
certificate
Accommodation and meals for 12 persons from
COMPANY at well site for each rig. Five bed
4.19 rooms should be provided with internet, bed with X X
new mattress, fridge, table and chair and three
rooms of them should have mud logger monitor.
Accommodation and meals for over 12 persons
4.20 X X
from COMPANY at well site for each rig
Management, maintenance, load and offload of
4.21 materials, tools and equipment provided by X X
COMPANY at well site
CNOOC IRAQ LIMITED

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor
Any consumables materials, spare part
4.22 &communication items and necessary for X X
operation
Material transportation for COMPANY materials Company has
Company
such casing, wellhead, tubing spool & X-mas tree has the
the right to
4.23 provide as
right to X X
provided by COMPANY between COMPANY provide as
Option
warehouse and well site Option
Inspections of CONTRACTOR’s drill stem and
4.24 down hole tools and repair of defects by mentioned X X
inspection
Inspections of CONTRACTOR’s drill stem or
4.25 down hole tools required by COMPANY with X X
defects found
Inspections of CONTRACTOR’s drill stem or
4.26 down hole tools required by COMPANY without X X
any defects.
4.27 Welding/cutting on site X X
Install and pressure test of X-mas tree for Vertical
4.28 X X
well when finish drilling operation
Passports, entrance and exit visas, work and/or
Assisted by
4.29 sojourn permits and other necessary permits, health COMPANY X X
certificates, etc. for Contractor’s personnel.
Customs and other duties imported inside Iraq forth
Assisted by
4.30 entry/exit of CONTRACTOR’s rig and/or COMPANY X X
equipment and materials
Fire extinguishers & other firefighting equipment
4.31 X X
at camp and rig (including foam unit)
H2S & flammable detection Equipment & Masks
4.32 X X
(Self Contained Breathing Apparatus)
Security team for wellsite, Contractor’s camp and
4.33 X X
personnel transportation inside of Missan Oilfields
Security team for CONTRACTOR’s personnel
4.34 transportation between Basra airport and working
1.1.1 X X
base
Third Party Inspection for Drilling Rig and
4.35 associated equipment, and the third party should be X X
approved by COMPANY.
As per
Inspection, maintenance and keeping good COMPANY’s
condition of drilling rig and all associated requirement
4.36 and X X
equipment, barite, bentonite, hematite and other
specifications
chemicals & cementing additives in this ITT
IWCF or IADC well control, H2S, first aid, CPR,
4.37 firefighting, HSE related emergency measures, and X X
other required training for relevant RIG.
COMPANY representative as Drilling supervisor,
4.38 X X
Geology & Wireline logging & Test supervisor
Storing and managing CONTRACTOR’s
4.39 equipment & materials in the area provided by X X
COMPANY during the drilling work
Cleaning of sanitary waste & industrial waste after
4.40 X X
rig moving out
CNOOC IRAQ LIMITED

Paid by Supplied
Supplied by Paid by
No. Designation COMPANY
COMPA by
Contractor
NY Contractor
Well site recovery and Waste management
(excluding cuttings, wasted mud) after rig moving
4.41 out. Contractor shall provide the Toxicity X X
Identification of Hazardous Waste for Drilling
Fluid and Cementing Slurry for Missan Project
Transportation for CONTRACTOR’s material &
4.42 X X
personnel
Transportation for COMPANY’s surplus material
4.43 X X
on wellsite between well sites
Loading / offloading of any COMPANY or
4.44 X X
CONTRACTOR’s item on well site
Training for management of cement and drilling
fluids in wellsite overseas for seven (7)
4.45. COMPANY’s personnel, and IWCF for seven(7)
X X
1 personnel at reputable training center with two (2)
weeks excluding traveling days respectively (Only
once training)
Mud logging interpretation technique, and High-
4.45. tech logging workshop outside of Iraq for totally
X X
2 six (6) COMPANY’s personnel as one group for
five (5) days excluding traveling days
Vehicles for COMPANY Representative’s
transportation during the well site operation
4.46 X X
whether the operation is rig or rigless operation.
(One vehicle per rig)
Two vehicles for geological supervisor and wire
line logging supervisor during the well site
4.47 X X
operation (One vehicle for geological supervisor
and one for wire line logging supervisor)
5. Insurance, management and supervision

Insurance for well control and COMPANY’s


5.1 X X
personnel and equipment

Insurance for CONTRACTOR’s rig, personnel,


5.2 X X
equipment and other kinds of insurance
5.3 Drilling service management X X
5.4 Drilling crew management X X
All kinds of operation & logs reports as
5.5 X X
COMPANY requirement
5.6 Epidemic Protection Service X X

END OF Appendix “A", Attachment 2


CNOOC IRAQ LIMITED

Appendix “A”, ATTACHMENT 3


DESCRIPTION OF DRILLING RIG AND DRILLING CREW
1. GENERAL
Drilling operation in Missan Oilfields requires each of CONTRACTOR utilizing at least three (3) Land
rigs and associated services to complete the ten (10) wells drilling operation within sixteen (16) months
from the first well spud-in date. Company has the right to adjust the drilling operation duration according
to the actual workload and updating drilling plan.
The CONTRACTOR is therefore responsible for the compliance with the requirements set forth in this
specification.
Modification to the requirements of this specification may be proposed by the CONTRACTOR for the
COMPANY approval, with the support of proper documentation.
CONTRACTOR shall keep an accurate record of Well Operations, activities on the Drilling Unit(s), and
any other pertinent information relative to the well which would normally be recorded in accordance with
good oilfield practice and/or which is compliance with COMPANY requirement. This shall include,
without limitation, a ‘Daily Drilling Report’, a ‘Daily Mud Report’, a ‘Wellhead and casing Pressure Test
Report’, a ‘Well Control Equipment Pressure Test Report’, bit record, BHA and casing tally, deviation
survey discs or charts, rates of penetration, weight indicator and pump pressure charts and any and all
relevant records and data specified by the COMPANY. All the report form shall get agreement with
COMPANY. At the end of each day CONTRACTOR shall deliver to COMPANY a soft copy and a legible
copy Daily Report thereof and a legible copy of other data relating to Well Operations. The Daily Reports
and other reports thereunder COMPANY requirement are to be duly signed by CONTRACTOR’s
Representative. On agreement of the content of the Daily Reports, COMPANY’s Representative shall sign
it. Without limitation, the Daily Reports shall give an accurate log and history of each well showing the
depth drilled, formations encountered and penetrated, depth cored and footage of cores recovered during
the preceding twenty four (24) hours, and the results of the tests of well control devices.
2. SPECIFICATIONS OF DRILLING RIG
2.1 CONDENSED REQUIREMENTS OF DRILLING RIG SPECIFICATION
Following table is condensed list which indicates general specification of the rigs for operation in the
field; the capacity of each rig should no less than 2000HP for Mishrif reservoir, no less than 1500HP for
Asmari reservoir, CONTRACTOR shall provide at least “three (3) sets of rigs”. CONTRACTOR is
obligated to provide land rig units regarding these specifications as a minimum requirement.
A: 2000HP Rigs

Description Information
Rig Type 2000HP electric driven Land rig
Construction year The manufacture year of Proposed Rigs no earlier than
2007, or the rig manufacture year is later than 2005, but
it refresh the main equipment in last two years (If
proposed brand-new rigs, please confirm whether
already manufactured or not. if manufactured, please
provide the manufactured year for each proposed rig with
manufacturing certificates accordingly)
Draw works:
Rated Drilling Capacity 3000m with 3-1/2”DP and 5000m with 5”DP
Power 2000HP
Derrick Height 45 m
MaxHook Load 450 MT
Diesel Engines/ Generators 6500HP in total
Emergency Generator One (1) 400HP
Top Drive: 450Mt rated capacity, 50KN.M of maximum continuous
torque
CNOOC IRAQ LIMITED

Traveling Block 450Mt rated capacity


Crown Block 450Mt rated capacity
Rotary Table: 37½ Inch
Load Capacity 580MT static
Master Bushing MPCH / 37 ½” Hinged
Mud System:
Mud Pump Three (3) Mud Pumps, 1600 HP each, 5000 PSI
Charge Pump Three (3)
Mud Mixing Pump Three (3)
Drilling Mud Pits 370 m3 in total
Back up Mud Pits 240 m3 in total
Desander: One (1) Desander Unit, minimum require 240 m3/H
Desilter: One (1) mud cleaner unit Desilter Unit, 160-220m3/H
Shale Shakers: Minimum three (3), minimum require 240 m3/H
Degasser: One (1) Vacuum Type Degasser Unit, minimum require
240 m3/H..
Centrifuges: Minimum two (2) sets
Mud Laboratory: One (1) set
Stand Pipe Manifold: 5000 Psi
Cementing Unit: Minimum two (2) sets for 3 rigs, Work Pressure 10000
Psi
BOP Equipment: One (1) set 13-5/8”-10000psi BOP and One (1)
set 21-1/4”-2000psi BOP
BOP Control Unit: Meet API 16D standards
Choke and kill Manifold: Work pressure grade: 10000psi, One (1) set
H2S Equipment: Equipped enough H2S detectors and personal protection
equipment included self-contained breathing apparatus.
Drill Pipes: S Grade, 5000m for 5” or 3500m 5-1/2” and 2000m for
5”
S Grade, 3000m for 3-1/2” Tool Joint OD should be 4-
3/4” or suitable OD to be used for COMPANY’s liner
Heavy Weight Drill Pipes: 5” or 5-1/2” MINIMUM 48joints. (5-1/2” shall be prefer)
3-1/2”, MINIMUM 18 joints. Tool Joint OD should be 4-
3/4” or suitable OD to be used for COMPANY’s liner
Drill Collars: 9” or 9-1/2” DC*6 joints; 8”or 8-1/2” DC*30 joints; 6-
1/2” DC*30 joints; 4-3/4” DC*30 joints.
Fishing Equipment: To be suitable to the drill string and designed casing
specification
Air Compressor: Two (2), 75HP, 125 PSI WP
Fuel Storage: 160m3
Drilling water tank 200m3
Crane Capacity: One (1) set, 50MT
Fork lift: One (1) set, 5MT
Accommodation Capacity: 100 Persons

B: 1500HP Rigs

Description Information
Rig Type 1500HP Electric driven Land rig
Construction year The manufacture year of Proposed Rigs no earlier than
2007 , or the rig manufacture year is later than 2005, but
it refresh the main equipment in last two years (If
proposed brand-new rigs, please confirm whether
already manufactured or not. if manufactured, please
provide the manufactured year for each proposed rig
CNOOC IRAQ LIMITED

with manufacturing certificates accordingly)


Draw works:
Rated Drilling Capacity 4500m for 5”DP
Power 1500HP
Derrick Height 45 m
Max Hook Load 350 MT
Diesel Engines/ Generators 5300HP in total
Emergency Generator One (1) 400HP
350Mt rated capacity, 40KN.M of maximum continuous
Top Drive:
torque
Traveling Block 350MT rated capacity
Crown Block 350MT rated capacity
Rotary Table: 37-1/2” Inch
Load Capacity 350MT static
Master Bushing MPCH / 37-1/2” Hinged
Mud System:
Mud Pump Three (3) Mud Pumps, 1600 HP each 5000 PSI
Charge Pump Three (3)
Mud Mixing Pump Three (3)
Drilling Mud Pits 370 m3 in total
Back up Mud Pits 240 m3 in total
Desander: One (1) Desander Unit, minimum require 240 m3/H
Desilter: One (1) mud cleaner unit Desilter Unit, 160-220 m3/H
Shale Shakers: Minimum three (3), minimum require 240 m3/H
Degasser: One (1) vacuum type degasser unit, minimum require
240 m3/H.
Centrifuges: Minimum two (2) sets
Mud Laboratory: One (1) set as API standard
Stand Pipe Manifold: 5000 Psi
Cementing Unit: Minimum two (2) sets for 3 rigs, Work Pressure 10000
Psi
BOP Equipment: One (1) set 13 5/8”-10000psi BOP and One (1)
set 21 1/4”–2000 psi BOP
BOP Control Unit: Should meet API 16D standards
Choke and kill Manifold: Work pressure grade: 10000psi, One (1) set
H2S Equipment: Equipped with enough H2S detectors and personal
protection equipment included self-contained breathing
apparatus.
Drill Pipes: 1) S Grade, 4500m for 5” or 3500m for 5-1/2” and
1500m for 5”
2) S Grade, 1500m for 3-1/2” Tool Joint OD should be
4-3/4” or suitable OD to be used for COMPANY’s
liner
Heavy Weight Drill Pipes: 5” or 5-1/2”MINIMUM 48joints. (5-1/2” shall be prefer)
3-1/2”, MINIMUM 18 joints. Tool Joint OD should be
4-3/4” or suitable OD to be used for COMPANY’s liner
Drill Collars: 9” DC*6 joints; 8” DC*30 joints; 6-1/2” DC*30 joints;
4-3/4” DC*21 joints.
Fishing Equipment: To be suitable for the drill string provided by Contractor
Air Compressor: Two (2), 75HP, 125 PSI WP
Fuel Storage: 160m3
Drilling water tank 200m3
Crane Capacity: One (1) set, 50MT
Fork lift: One (1) set, 5MT
Accommodation Capacity: 100 Persons
CNOOC IRAQ LIMITED

2.2 DETAIL SPECIFICATION OF DRILLING RIG AND OTHER ITEMS


The detail specification and information on the various components of the drilling rig and other items
along with the expected minimum requirements for each individual item stated as Exhibits of this
Attachment.
Notes for CONTRACTOR:
CONTRACTOR shall complete the sheets with specification of the tendered rig and items. These formats
shall be completed with CONTRACTOR’s specification. Specified rig name is mandatory, the substitute
of rig name such as rig-1, rig-2, etc. may lead to be disqualified in technical evaluation.
CONTRACTOR shall define all the Drilling rig characteristics by enclosing all data and/or drawings
contributing to the best evaluation of the rig offered.
COMPANY has right to or appoints a third party to evaluate the rig units in bidding offered.
CONTRACTOR shall assist CAMPONY Inspection Team or Third Party to go to the Rig location and
perform the inspection, and CONTRACTOR shall provide the visa, accommodation, tickets, and
necessary assistant for COMPANY inspection team.
2.3 CERTIFICATES OF CONTRACTOR’S DRILLING RIG
The drilling rig should have all the operation certifications for drilling rig including third party inspection
certificates and shall meet all the applicable standards utilized for these units. CONTRACTOR shall ensure
that all certifications are kept and remained valid during the term of contract.
3. DRILL PIPES, DRILLING COLLARS DOWNHOLE TOOLS AND ASSOCIATED
MATERIAL
The specification of drill pipes, drilling collars, downhole tools and associated material refer to the
appendix of this tender.
CONTRACTOR shall comply with API standard for drill pipes, drill collars, downhole tools and
associated materials. All BHA should inspection under API standard but not limited to MPI, NDT…etc
Drilling pipe inspection should follow the updated the API PR 7G standard and Standard DS1.
CONTRACTOR shall provide information on drilling string elements (drill pipes, drill collars, heavy
weight D.P.) and downhole tools as the year of purchasing, average rotating hours and marking system
identification.
END OF Appendix “A”, Attachment 3
CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 3- EXHIBIT “3-1” – DRILLING RIG DESCRIPTION

Drilling rig description shall cover in details the list of equipment and the technical specification of the RIG. This RIG description shall not limit CONTRACTOR obligations
to provide a RIG fitted for the use and other equipment for a normal and efficient performance of the WORKS. Contents/headings of the RIG and other equipment list shall
include:

SECTION A SECTION B
A1 General description B1 Derrick and substructure
A2 Certification B2 Hoisting equipment
A3 Operating Capabilities B3 Pipe handling equipment
A4 Main Dimensions B4 Mud system
A5 Storage Capacities B5 Drilling string
A6 Rig Camp B6 Downhole Tools
A7 Main Camp B7 Fishing equipment
A8 Fire Prevention and Safety Equipment B8 Well control equipment
A9 Lifting Equipment B9 Handling equipment
A10 Gas Detection System B10 Instrumentation
A11 Communications B11 Drilling data gathering/recording system
A12 Auxiliaries / General Equipment B12 Drawings
A13 Power Plant B13 Miscellaneous
CNOOC IRAQ LIMITED

A: 2000HP
Drilling rig and its equipment Section A
Ref. Designation equipment COMPANY’s Minimum Requirements CONTRACTOR’s Proposition
A.1 GENERAL DESCRIPTION
Drilling Rig Name To be detailed
Type Electric SCR/AC or VFD
The manufacture year of Proposed Rigs no earlier than
2007, or the rig manufacture year is later than 2005, but it
refresh the main equipment in last two years. (If proposed
Year Of Construction brand-new rigs, please confirm whether already
manufactured or not. if manufactured, please provide the
manufactured year for each proposed rig with
manufacturing certificates accordingly)
Year of Running To be detailed
Constructed By Producer should have official certification of production
Drilling Rig Owner To be detailed
Current Location To be detailed
Latest upgrade date To be detailed
Next periodical survey To be detailed
How long could spud-in the first well after signing the
Estimated period to Mobilize to first location after the
Contract?
Contract effective date
To be detailed
A.2 CERTIFICATION
Require production certification for the rig and all the
Issuing Authorities
equipment. Related certification list shall be attached.
Type of Certification To be detailed
A. 3 OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5”DP Nominal drilling depth 6000m
Maximum Hook Load Minimum 450MT
Maximum Rotary Table Load Minimum 580 MT
Maximum Top Drive Load Minimum working load 450MT
Pressure of circulate motor Minimum working pressure 5000psi
A.4 MAIN DIMENSIONS OF WELLSITE
Overall width/length of site To be detailed
Overall Dimensions of Drilling Rig Pad To be detailed
A.5 STORAGE CAPACITIES
Fuel Minimum 160 m3
Drilling water Minimum 200 m3
CNOOC IRAQ LIMITED

Living water Minimum 100 m3


Liquid mud (active and reserve) Minimum 370 m3
Back up Liquid Mud Minimum 240 m3
Satisfy general living and working requirement,
emergency lights, fire/smoke detection and fire
A.6 RIG CAMP extinguisher in each room as necessary. The air
conditioner shall be available at 55℃ environment
temperature.
Rig site Offices Minimum one
Mud Lab / 3rd Party Office Subject to request of operation
Tea House / Communal WC house Minimum one
Change Room Minimum one
Clinic with Sleeping Quarters for Medic Minimum one
Meeting Room Minimum one
Single room(bullet-proof) Minimum four
2 Man Sleepers Minimum one
4 Man Sleepers Minimum two
Total Beds at Rig Camp Minimum 14 beds
A.7 MAIN CAMP To be detailed
Main camp minimum 86 beds
Total Beds at Main Camp
To be detailed
Main Camp Fuel Storage To be detailed
Main Camp Pot Water Storage Minimum 100m3
Auxiliary Generator Minimum One (1) set
Kitchen Minimum two kitchens
Pray room Minimum one
Recreation Room Minimum one
Chiller / Freezer To be detailed
Require minimally one for drilling crew as bullet-proofed
Dining room
and another one for the local crew.
Laundry room To be detailed
A.8 SAFETY EQUIPMENT
A.8.1 Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
To be detailed
Plugs and Ear Muffs, ect.
Derrick Safety Line To be detailed
Derrick Safety Belts To be detailed
Escape Line To be detailed
A.8.2 Breathing System
CNOOC IRAQ LIMITED

Canister Masks for Evacuation (H2S & Hydrocarbons) To be detailed


Self Contained Breathing Sets
Quantity Minimum 25 sets
Breathing Apparatus location
Rig Floor Minimum 8sets.
Tool Pusher’s Office Minimum 1set
COMPANY Reps’ office Minimum 3set
Mud tank system Minimum 3sets
Muster points Minimum 8 sets
Back-up Set Minimum 4sets
Back-up bottles Minimum 4sets
Minimum one recharging unit in suitable location for
Recharging device for the bottles
refresh air, pressure rate 3000psi.
A.8.3 Firefighting Pump
Make To be detailed
Type To be detailed
Quantity Minimum 2 sets
Capacity Minimum 200m3/h
A.8.3.1 Water Tank Capacity Minimum 100m3
A.8.4 Fire stations
Location Three stations, to be detailed
Hose Length Minimum 70m
Nozzle Type Minimum two types
A.8.5 Fire Extinguishers To be detailed including Foam Unit
A.8.6 Fire Fighting Suits To be detailed
A.8.7 Fire Blankets To be detailed
Minimum one central control system, the alarm can be
A.8.8 Fire/Smoke Detections in rig
visible in rig floor.
Make/type: To be detailed
Required to be set in MCC room, engine room, drill floor
Fire detection:
and VFD room.
Smoke detection: To be detailed
Location: To be detailed
Alarms: Horn and flash light alarm
A.8.9 Rescue
A.8.9.1 Resuscitator Minimum one set
Make To be detailed
Type To be detailed
A.8.9.2 Stretchers Minimum one set
CNOOC IRAQ LIMITED

Sick Room / Cabin To be detailed


A.8.10 First Aide Equipment
Emergency Shower system Minimum two sets at mud tank
Minimum two sets at mud tank and one more set in rig
Eye Wash Stations
floor.
A.8.11 Safety Zones
Specific Lighting For Safe Muster Areas To be detailed
Wind Indicators Visible at Night
Quantity To be detailed
Location To be detailed
Escape Routes Marking Muster Points To be detailed
A.8.12 Procedures
Safety operation procedures, emergency action procedures
Individual Information Leaflets About Risks, Hazards and relevant training program for the crew shall be in
place.
Specific H2S Training To be detailed
Emergency Procedures Manual To be detailed
Safety Instruction Poster To be detailed
All lifting equipment shall meet the working requirement
of field, desert and place around mountain. Certificated
A.9. LIFTING EQUIPMENT
lifting equipment (slings, shackles, etc.) shall be provided
by CONTRACTOR.
SWL displayed. Equipped with protection grid fire
A.9.1 Cranes extinguisher installed, flashing light, back-up light and
back-up alarm device. Operator shall be authorized.
Quantity of cranes and type Minimum 1 auto crane for daily working at well location
Minimum distance Maximum load Minimum 45MT
Maximum distance Maximum load Minimum 3MT
Working distant 3-30m
Valid certification for inspection and test by qualified
Last inspection or certificates
authority.
A.9.2 Fork Lift To be detailed
Quantity Minimum 1
Maximum load Minimum 5MT
Valid certification for inspection and test by qualified
Last inspection or certificates
authority.
A.9.3 Other vehicles To be detailed
CNOOC IRAQ LIMITED

A.10 GAS DETECTION SYSTEM


FIXED H2S& COMBUSTIBLE GAS DETECTION &
A10.1
ALARM SYSTEM
Make To be detailed
Type To be detailed
Sensors location Well head, rig floor, shale shaker area, mud tank area. etc.
Visual & audible alarm location To be detailed
Wind direction device To be detailed
A.10.2 Portable H2S & Combustible Gas Detection
Quantity Minimum 4 sets
Type To be detailed
A.11 COMMUNICATIONS
A.11.1 Telephone System / Drilling Rig Intercom To be detailed
Number of Lines To be detailed
Location of Phones To be detailed
Communication Between Rig And Camp To be detailed
A.11.2 Telephone System / Satellite Communication System To be detailed
A.11.3 Derrick Man Communication Minimum one set of Intercom for derrick and dog house.
A.11.4 CCTV SYSTEM To be detailed
To be detailed.
A.11.5 Walky-talkies Minimum 15 sets provide including 4 sets for COMPANY
at least, and all the radios should be EX-proof
A.12 OTHER EQUIPMENT
A.12.1 Air Compressors
Make To be detailed
Model To be detailed
Quantity Minimum 2 sets
Capacity To be detailed
Supply Pressure To be detailed
Motor Details To be detailed
Reducing Capabilities To be detailed
Refrigeration Details To be detailed
Volume Air Receivers To be detailed
A.12.2 Welding Equipment
Electric Welding Machines To be detailed
Oxy / Acetylene Cutting set To be detailed
A.12.3 Workshop and Repair Facilities To be detailed
A.12.4 High Pressure Wash Down Unit
Make / Model To be detailed
CNOOC IRAQ LIMITED

A.12.5 Diaphragm Pumps To be detailed


The main engines shall be equipped with an emergency
A.13 POWER PLANT
shut-off system.
To be detailed
Supporting the rig equipment and the camp. The main
A.13.1 Diesel Engine
engine total power: at least 6500HP.
Could meet the work requirement under location weather.
Quantity Minimum four (4) sets main diesel engines.
Make Caterpillar or equivalent
Type To be detailed.
Electrical control system To be detailed.
Monitor display To be detailed.
A.13.2 AC Generator To be detailed.
A.13.3 AC to DC converter To be detailed.
Minimum one (1) diesel generator with an electrical starter
as backup power source. The emergency diesel engines
A.13.4 Emergency Power Unit
can start automatically when the primary power source
fails.
Quantity One (1) set
Make and Type To be detailed
Minimum power required for Emergency lights + BOP
Minimum equipment operated accumulator + Fuel pump +air compressor +fire pump+ rig
camp
CNOOC IRAQ LIMITED

Land rig and its equipment Section B


Ref. Designation Equipment COMPANY’s minimum Requirements. CONTRACTOR’s Proposition
B.1 DERRICK AND SUBSTRUCTURE
Suitable for top drive and Kelly installation.
B.1.1 DERRICK.
Derrick should conform to API specification standard.
Make and type To be detailed
Height / size and base To be detailed
B.1.1.1 Loading
Nominal capacity 450 MT
Static hook load with 12 lines 450 MT
Pipe set back load 220 MT
B.1.1.2 Maxi racking capacity
stands of DP (and Ø) 235 std of 5”DP or 5-1/2”DP
6 std of 8” DC
stands of DC (and Ø)
4 std of 9” DC
B.1.1.3 Maximum wind load
with rated set-back Minimum 30 m/s
with no set-back Minimum 40 m/s
Rig up and rig down derrick To be detailed
B.1.1.4 Equipment
Wind boards and handrails need to be properly equipped on the 2nd
derrick. Fall protection and escape device available for the derrick man.
Racking platform All the fingers are secured with clamps or slings. Utility winch are
available for running and racking the tubular. Fingers fit the requirement
of the piping needed for the drilling.
Adjustable range Should have 3 working position, 24.5m-26.5m
Stabbing platform for casing / tubing To be detailed
Lighting specifications Explosion proof
Mast TV Camera system Covering racking platform and Stabbing platform area
B.1.2 Substructure Equipped with BOP hoist suitable for the BOP. To be detailed.
B.2 HOISTING EQUIPMENT
The drawworks transmission unit conform to API specification for
B.2.1 Draw works
2000HP rig
Make To be detailed
Type To be detailed
Capacity Nominal drilling depth 6000m with 5”DP
Main Drum Groove for Line Size To be detailed
Sand line drum To be detailed
CNOOC IRAQ LIMITED

Main brake system To be detailed


Auxiliary brake To be detailed
B.2.1.1 Crown Block Safety Device Mandatory
Make To be detailed
Crown Block saver 3sets (1 electrical and another 2 mechanical at drawworks)
B.2.1.2 Automatic Drilling Control To be detailed
Make and type To be detailed
B.2.2 Crown Block Crown block is designed and manufactured according to API standard.
Make To be detailed
Type To be detailed
Rated Capacity 450MT
Number Of Sheaves To be detailed
Diameter Of Sheaves To be detailed
Groove Size To be detailed
Travelling block is designed and manufactured according to API
B.2.3 Travelling Block
standard.
Make To be detailed
Type To be detailed
Rated Capacity 450MT
Number Of Sheaves To be detailed
Diameter Of Sheaves To be detailed
Groove Size To be detailed
B.2.4 Hydraulic Cat-Heads
Make To be detailed
Type To be detailed
Rated Capacity To be detailed
B.2.5 TOP DRIVE
Make To be detailed
Type To be detailed
Electric Electric, VFD
Working Pressure 5000psi
Rated Capacity 450MT
Brake System To be detailed
Number Of Gears To be detailed
Drilling Continuous Torque To be detailed
Maximum RPM To be detailed
Make Up Torque in Low Gear To be detailed
Pipe Handler Make / Model To be detailed
CNOOC IRAQ LIMITED

Length of Elevator Links Available To be detailed


B.2.6 HOOK One, and another one set for backup , to be detailed
B.2.7 Swivel One set for backup , to be detailed
B.2.8 Kelly Spinner One set for backup , to be detailed
CONTRACTOR shall provide Elevator Links to fit each normal
B.2.9 Elevator Links
operation phase.
Make (for normal drilling and completion) To be detailed
Type Forged and Weldless
Quantity 1set
Size: 2-3/4” x 132”
Rated Capacity 450MT
Date Of Last Survey To be detailed
Make (For running Casing) To be detailed by CONTRACTOR.
Type Forged and Weldless
Quantity 2sets
Size: 3½” x 180” or the suitable length for run casing
Rated Capacity 450MT
Date Of Last Survey To be detailed
B.2.10 Drilling Line
Type To be detailed
Diameter To be detailed
Length To be detailed
Maximum Line Pull To be detailed
B.2.11 Drilling Line Anchor
Make To be detailed
Type To be detailed
Date of Last Survey To be detailed
B.2.12 Drilling Line Guide
Make To be detailed
Type To be detailed
Dead line stabilizer : To be detailed
B.3 PIPE HANDLING EQUIPMENT
B.3.1 Rotary Table
Make To be detailed
Type To be detailed
Size / max. opening Minimum 37½”
Powered or driven Independent powered.
RPM range To be detailed
Rated load capacity : To be detailed
CNOOC IRAQ LIMITED

B.3.2 Master Bushing


Make To be detailed
Type To be detailed
Size To be detailed
Insert bowls To be detailed
B.3.3 Casing Bushing And Bowls
Make To be detailed
Type To be detailed
Insert bowls To be detailed
B.3.4 Manual Slips – Drill Pipes
Quantity, make and type Size range Minimum 2ea manual slip for each size of Drill Pipe:5-1/2”, 5”, 3-
1/2”.To be detailed.
B.3.5 Manual Slips – Drill Collars
Quantity, make and type, Size range Minimum 2ea for each size of drill collars: 9”, 8”, 6-1/2”, 4-3/4”, 4”
To be detailed.
B3.6 Manual Slips – Casing
Quantity, make, type, Size range Minimum 2ea for each size of Casing: 20”, 13-3/8”, 9-5/8,7”
To be detailed.
B.3.7 Safety Clamps
Safety Clamps For DC
Number, make and type, Size range Minimum 2ea for each size of Drill Collar: 9”, 8”, 6-1/2”, 4-3/4”,4”
To be detailed.
Safety clamps for casing
Number, make and type , Size range Minimum 2ea for all size of casing. To be detailed
B.3.8 Elevators – Drill Pipes
Quantity, make and type, Size, Capacity 350ton SWL manual elevators for 18degree TJ DP
If Rig provides 3-1/2” or smaller DP, rig shall be equipped with 250ton
SWL manual elevators for 18degree TJ of the same.
For each size of Drill Pipe, CONTRACTOR should keep at least 2ea on
site. To be detailed.
Single Joint Elevator – Drill Pipes Minimum 2ea for each size of drill pipe
To be detailed
B.3.9 Elevators – Drill Collars
Quantity, make and type, Size Minimum 2ea for each DC in size 9”, 8”, 6-½”, 4-3/4”, 4”
To be detailed
Capacity To be detailed
B.3.10 Lifting Subs
Quantity 4ea for 9”DC, 5ea for 8”DC, 5ea for 6-1/2”DC, 6ea for 4-3/4” DC, 6ea
for 4” DC
CNOOC IRAQ LIMITED

Threads To be detailed
B.3.11 Manual rotary tongs with indicators Manual rotary tongs for all CONTRACTOR’s down hole equipment
2 tongs with jaws BJ model DB or HT65 or equivalent for size range: 3-
1/2”~17”.
Quantity, make and type ,Jaw assemblies x size range 2 tongs with jaws BJ model SDD or HT100 or equivalent for size range:
4”~17”.
Torque indicators for manual tongs are required.
B.3.12 Hydraulic power tong for DP
Make, Type, Size range To be detailed
B.3.13 Spinning wrench
Make To be detailed
Type To be detailed
Size range To be detailed
Quantity Minimum 1 set
B.3.14 Bit breaker plates
For Tri-Cone bit sizes 2ea for each Tri-Cone bit size: 26”, 16”, 12-1/4”, 8-1/2”, 6”
To be detailed
B.3.15 Bit gauges
For bit sizes Minimum 1ea API bit gauge for each bit size
B.3.16 Side door casing elevator
Quantity, make and type, Size, Capacity Minimum 2ea for each size, to be detailed
B.3.17 Single joint casing elevators
Quantity, make and type, Size, Capacity Minimum 2ea for all sizes. To be detailed
B.3.18 Casing drifts 2ea for each size casing, as API requirement
Casing and tubing power tongs and unit, including
B.3.19
torque indicator for airtight thread casing & tubing
Power tong for casing 1 set for 20”, 2sets for other size
At least 2sets of hydraulic power tong c/w 2-7/8”, 3-1/2”, 4”, 4-1/2”
Power tong for tubing penetration dies, suit to CRA pipes, like as L80-Cr13 material.
Power unit and torque control 1 set
B.3.20 Casing spider Elevator (Air Operated)
Make To be detailed
Type To be detailed
Size To be detailed
Capacity 500Ton
Slip inserts Range 13-3/8” ,9-5/8”,7”
Quantity 1 SET (1ea spider,1ea elevator)
CNOOC IRAQ LIMITED

B.3.21 Casing and tubing manual tong For 2-7/8”, 3-1/2”, 4”, 4-1/2”, 7”, 9-5/8”,13-3/8”,20” casing
Make To be detailed
Model To be detailed
Quantity 1 SET
B.3.22 Casing and tubing manual chain tong For 2-7/8”, 3-1/2”, 4”, 4-1/2”, 7”, 9 5/8”,13-3/8”,20”
Make To be detailed
Model To be detailed
Quantity 1SET
Crossover from DP to casing To be detailed
At least two sets of rotary hand slips dressed with low penetration dies,
B.3.23 Manual Tubing Slips suit to CRA pipes, like as L80-Cr13 material. Tubing size as of 4-
1/2” ,4”, 3-1/2”, 2-7/8”, 2-3/8”
Make To be detailed
Model SDML or equivalent
Quantity 2ea for each size tubing 4-1/2” ,4”, 3-1/2”, 2-7/8”, 2-3/8”
At least two sets of side door type tubing elevators dressed with low
B.3.24 Tubing Elevators penetration dies, suit to CRA pipes, like as L80-Cr13 material. Tubing
size as of 4-1/2” ,4”, 3-1/2”, 2-7/8”, 2-3/8”
Make To be detailed
Model To be detailed
Capacity 150T
Quantity 2ea for each size 4-1/2”,4”, 3-1/2” , 2-7/8” ,2-3/8”
B.3.25 Single Joint Tubing Elevators
Make To be detailed
Type To be detailed
Capacity 5MT
Quantity 2ea for each size 4-1/2”, 4”, 3-1/2” , 2-7/8” , 2-3/8”
Tubing Drifts 2ea for each weight tubing: size of 4-1/2” ,4”, 3-1/2” , 2-7/8” ,2-3/8”
B.3.26 Air winches
Make To be detailed
Type To be detailed
Quantity Drill floor:3 ; monkey board: 2; cat walk :1
Capacity Drill floor and cat walk:50KN ; monkey board:5KN;
Location Rig floor, monkey board, cat walk
B.3.27 Casing fill-up tools Fill-up tools shall be connected on Top Drive during running casing
Make To be detailed
Type To be detailed
Quantity 1set for each casing size of 13-3/8’’, 9-5/8”, 7”,
B.3.28 Casing quick-release thread protectors
CNOOC IRAQ LIMITED

Quantity Minimum 6ea for each size


Make To be detailed
Type To be detailed
Size Suitable for 20”, 13-3/8”, 9-5/8”, 7’’
B.3.29 Stab-in string running tools 30” and 20” Casing cementing Inner string running tools
Quantity Minimum 2 set
Make To be detailed
Type To be detailed
CONTRACTOR shall provide detailed drawing of the complete mud
B.4 MUD SYSTEM
system.
B.4.1 Main mud pumps
Make To be detailed
Model F-1600 or equivalent
Quantity Three (3) sets
Bore and Stroke To be detailed(depend on pressure choose liner)
Rated Pump Speed 120spm
Suction Screens To be detailed
Relief lines shall be self draining and straight to mud pits. They must be
Mud Pump Prime Movers
well secured, supported.
B.4.1.1 Motors
Quantity Two (2) per each pump
Power To be detailed
B.4.1.2 Mud Pump Equipped With (1 each pump)
Pressure Relief Valves Must be shear relief valve
Discharge Pulsation Dampeners Air chamber (charge air can adjust pressure)
Suction Pulsation Dampeners To be detailed
Pressure Gauges 0-10000psi
Pump Stroke Counters Each pump unattached counter, also need total stroke counter
B.4.2 Centrifugal pumps
B.4.2.1 Supercharging Pumps
Make To be detailed
Type To be detailed
Quantity Minimum three (3) sets
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW@RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.2 Mud Mixing Pumps
CNOOC IRAQ LIMITED

Make To be detailed
Type To be detailed
Quantity At least three (3) sets
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive kw/RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.3 Desander and Desilter Centrifugal Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set desander pump and One (1) set desilter pump.
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW/RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.4 Mud Cleaner Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW/RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.5 Shearing Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW/RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.6 Vacuum Degasser Feed Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW/RPM To be detailed
Stuffing Box Seal MEC SEAL
CNOOC IRAQ LIMITED

B.4.2.7 Trip Tank Fill-Up Pump


Make To be detailed
Type To be detailed
Quantity One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate / Head (gpm, psi) To be detailed
Drive KW/M To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.8 Other Pumps
Submersible Pump With Electrical cable and discharge
To be detailed
hoses for mud pit and Cellar
Air Pumps To Clean Out Mud Tanks To be detailed
Cellar Jet Venturi Operated With Mud Pumps Minimum two (2)
B.4.3 Mud Treatment Equipment
B.4.3.1 Shale Shakers – Flow Line Cleaners
Quantity Three (3) sets
Make Swaco / Derrick or equivalent
Type To be detailed
Feed flowline size Minimum 12”
Meet the requirement of mud treatment
The enough stock of screens to be permanently on rig must cover the
Screen sizes
consumption.
To be detailed
B.4.3.2 Desander
Make and type and maximum capacity To be detailed
Cones To be detailed
Type To be detailed
Diameter To be detailed
Quantity To be detailed
B.4.3.3 Desilter
Make and type and maximum capacity To be detailed
Cones To be detailed
Type To be detailed
Diameter To be detailed
Quantity To be detailed
B.4.3.4 Mud Cleaner
Make and type and maximum capacity To be detailed
Cones To be detailed
CNOOC IRAQ LIMITED

Type To be detailed
Diameter To be detailed
Quantity To be detailed
Range of screen sizes in stock To be detailed
B.4.3.5 Centrifuge
Quantity Minimum two (2) sets
Bowl Diameter x Bowl Length
To be detailed
RPM“G” Force
B.4.3.6 Vacuum Degasser
Make To be detailed
Type To be detailed
Maximum capacity To be detailed
Vacuum pressure To be detailed
Power of main motor To be detailed
Power of vacuum pump/speed To be detailed
Gas vent line Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized air if
B.4.4 Mud laboratory dangerous area, escape door, telephone, furniture and general alarm
system. 2x4 plugs with 220v and 110v. To be detailed.
All mud tanks (active & reserve ones) must be fitted with level indicators
B.4.5 Mud Tanks (Active & Reserve Tanks) and in the dog house can observe the volume via gauge. All the electrical
equipment on mud tank must be explosion-proof.
B.4.5.1 Active Tanks excluded mud tanks for mechanical treatment
Quantity At least six (6)
Theoretical total volume 270 m3
Pumpable total volume 250 m3
Quantity of compartments Propeller blades
Quantity of Mud agitators To be detailed
Mud agitators Make To be detailed
Mud agitators Type To be detailed
Mud agitators Motor (HP) 20HP
Low / High pressure mud guns 6” line reaching all tanks
Bottom/Surface guns 4” line reaching all tanks
2” line with volumetric counter reaching all tanks including the slug pit
Industrial water line installed
200 LPM capacity
Dump valves – type To be detailed
B.4.5.2 Reserve Tanks
Quantity Minimum three (3)
CNOOC IRAQ LIMITED

Theoretical total volume Minimum 80 m3 for each tank


Pumpable total volume Minimum 65 m3 for each tank
Quantity of compartments To be detailed
Quantity of Mud agitators Minimum two (2) for each tank
Mud agitators make To be detailed
Mud agitators type To be detailed
Mud agitators motor (HP) At least 20HP
Low / High pressure mud guns To be detailed
Industrial water line installed To be detailed
B.4.5.3 Pill Tank
Quantity of tanks Minimum One (1)
Theoretical total volume Minimum 8 m3
Pumpable total volume Minimum 5 m3
Quantity of Mud agitators To be detailed
Mud agitators make To be detailed
Mud agitators type To be detailed
Mud agitators motor (HP) To be detailed
B.4.5.4 Settling / treatment tanks To be detailed
B.4.5.5 Sand trap/shaker settling tank To be detailed
B.4.5.6 Vacuum degasser tank To be detailed
B.4.5.7 Desander tank To be detailed
B.4.5.8 Desilter tank To be detailed
B.4.5.9 Trip tank To be detailed
Capacity Maximum 10 m3
Level indicator read-out location / accuracy : Accurate sensor at Driller’s Console + back-up on rig floor. To allow a
readable change in volume for one stand minimum.
B.4.6 Mixing System
Mud material mixing hoppers Minimum two (2)
Quantity To be detailed
Make To be detailed
Type To be detailed
Location Active tanks site
B.4.7 Mud Pump Discharge
Discharge Lines 2 stand-pipe lines, one work and another back-up
Diameter 4” ID
Working Pressure 5000 psi
Screen On each Pump Outlet To be detailed
B.4.8 Rotary Hoses
CNOOC IRAQ LIMITED

Quantity Minimum two (2), one work and another back-up.


Diameter 4” ID with safety clamps
Make To be detailed
Type To be detailed
Working Pressure 5,000 psi
B.4.9 Stand Pipe Manifold
Working Pressure 5,000psi
Stand Pipe Quantity./ Diameter Two (2), suitable for the use of TDS.4”
Connection for Kill Line To be detailed
Connection For Cementing Unit To be detailed
Gauges 10,000psi
B.4.10 Drilling string cir. Head
Working pressure/connection To be detailed
B.4.11 Mud Saver Bucket
Quantity and size One (1)ea for each size of DP with hose for connection to the flow line.
B.5 DRILL STRING
B.5.1 Kelly(Back-up) One (1) set, to be detailed
B.5.2 Drill Pipes
Manufacturer To be detailed To be detailed
5000m for 5” or 3500m for 5- 3000meters
Total length 1/2”and 2000m for 5”
Grade S Grade S Grade
Size 5” or 5-1/2”and 5” 3-1/2”
Weight Specified by CONTRACTOR Specified by CONTRACTOR
Range 2 2
Class (on commencement date) Premium or new Premium or new
Internal plastic coated Prefer Prefer
Tool joint O.D. Specified by CONTRACTOR 4-3/4” or suitable OD to be used for
COMPANY’s liner
Tool joint I.D. Specified by CONTRACTOR 2-7/16” or suitable ID capable for
COMPANY’s testing or completion
operation. Specified by
CONTRACTOR
Connections Specified by CONTRACTOR Specified by CONTRACTOR
Pin and box protectors required required
Identification of each joint required required
Hard banding ARNCO 300XT or equivalent ARNCO 300XT or equivalent
B.5.3 Pup Joints 5” or 5-1/2” 3-1/2”
Quantity 1 ea for each 1 ea for each
CNOOC IRAQ LIMITED

Length 5ft, 10ft & 15ft 5ft, 10ft & 15ft


Grade Specified by CONTRACTOR Specified by CONTRACTOR
Tool joint and thread type same specifications as DP same specifications as DP
B.5.4 Heavy Weight Drill Pipes
Quantity of joints MINIMUM 48 joints MINIMUM 18 joints
Size 5” or 5-1/2” 3-1/2”
Materials Specified by CONTRACTOR Specified by CONTRACTOR
Threads Same as DP Same as DP
Wall thickness Specified by CONTRACTOR Specified by CONTRACTOR
Class (on commencement date) : Premium Premium
Range 2 2
Tool joint (OD x ID x threads) : Specified by CONTRACTOR Specified by CONTRACTOR. But
OD requires 4-3/4” or suitable OD to
be used for COMPANY’s liner
Hard banding
ARNCO 300XT or equivalent ARNCO 300XT or equivalent
Internal coating Prefer Prefer
Identification of each joint required required
Drill Collars Minimum Required (Specifications, Size, Quantity)
B.5.5
Size (OD) 9” or 9-1/2” 8” or 8-1/2” 6-1/2” 4-¾” 2. 3. 4.
Size (ID) 3” 2-13/16” 2-13/16” 2-1/4” 5. 6. 7.
Number of joints 6 30 30 30 8.
Length/joint 30ft 30ft 30ft 30ft 9. 10. 11.
Connection 7-5/8” Reg 6-5/8” Reg NC 50 NC 38 12. 13. 14. 15.
Specified by Specified by Specified by Specified by
. Materials CONTRAC CONTRACT CONTRACT CONTRACTOR
TOR OR OR
Slip and/or elevator recess required required required required
Stress relief grooving required required required required
Spiraled. Required required required required
Identification of each joint required required required required
CONTRACTOR shall provide the rabbits for CONTRACTOR’s DP &
B.5.6 Drill pipe and drill collar rabbit
DC
Size, Quantity Two (2)ea for each size of DC & DP
B.5.7 Lifting plug For Rig’s Drill string.
Type & Quantity Two (2)ea for each size of drilling string
Small tubing for washing & cleaning & Cementing
B.5.8
remedy
CNOOC IRAQ LIMITED

Size From below 1” to 1.9” or suitable size


Quantity 24 joints
Length Around 31.5feet per joint
Include float valve, bit sub, crossover sub, stabilizer, jar, down hole
B.6 DOWN HOLE TOOLS
motor, RTTS, bypass, etc. To be detailed.
B.6.1 Bits Specification and Quantity to be detailed (for PDC bits and Cone bits)
B.6.2 Crossover sub To be detailed
B.6.3 Float valve
Manufacturer To be detailed
Type To be detailed
Quantity To be detailed
B.6.4 Stabilizer
Manufacturer To be detailed
To be detailed (prefer include roller reamer; Contractor should provide
Type
the types include integral)
Quantity To be detailed
B.6.5 Jar For 16”,12-1/4”, 8-1/2”, 6” sections
Manufacturer To be detailed
Type To be detailed
Quantity To be detailed
B.6.6 Mud Motor For 16”, 12-1/4”, 8-1/2”, 6" sections
Working life At least 150hrs working continuously in down hole
Manufacturer To be detailed
Type To be detailed
Quantity To be detailed
B.6.7 Casing Scraper For 13-3/8”, 9-5/8” and 7” casings
Manufacturer To be detailed
Type To be detailed
Quantity To be detailed
B.6.8 RTTS For13-3/8”, 9-5/8”, 7” casings
Manufacturer To be detailed
Type To be detailed
Quantity To be detailed
36”hole opener and reamers for 16”, 12-1/4”, 8-1/2”, 6” phase should be
B.6.9 Hole opener & Reamer suitable for soft, hard, medium formation
To be detailed.
B.6.10 Drilling accelerator, bump sub and others etc. To be detailed
One set for 13-3/8” (68ppf) casing and one set for 9-5/8” (47ppf)
B.6.11 Storm valve
casing as backup for emergency situation to shut in the well
CNOOC IRAQ LIMITED

CONTRACTOR should provide all fishing tools for all the wireline
logging tools and downhole tools, including Junk basket, junk mill,
B.7 FISHING EQUIPMENT magnet, lead impression blocks, taper tap, etc. and provide fishing tools
for the COMPANY’s casing as attached basic design.
To be detailed.
B.8 WELL CONTROL EQUIPMENT 13-5/8” BOP stack shall be suitable for H2S & CO2 environment
B.8.1 13-5/8” BOP STACK
One 13-5/8” 5000 psi WP annular BOP flanged.
B.8.1.1 Annular Preventer
Rubber shall be brand new.
Mandatory
B.8.1.2 Ram Preventer
Manual closing wheels to be provided for each ram.
Quantity 3 Ram Type BOP (single ram + double ram)
Size 13 5/8”- 10,000 psi WP
Shear rams must shear all Drill Pipes
Type All ram preventer should be same size and type to allow maximum
flexibility of configuration
Manufacturer To be detailed
Two (2) sets for each size of 5-1/2” DP rams & 5” DP rams & 3-1/2” DP
rams
Two (2) sets shear blind rams
One (1) set for 13-3/8” ram
One (1) set for 9-5/8” ram
B.8.1.3 Rams Size For 13 5/8” -10,000 Psi BOP One (1) set for 7’’ ram
Two (2) sets for 4-1/2” ram
Two (2) sets variable bore rams: 5-1/2” x 3-1/2” or 5” x 3-1/2”
Two (2) complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
B.8.1.4 Drilling Spools Drilling spools will be provided for 13-5/8” -10,000 Psi BOP
B.8.2 21-1/4” BOP STACK
One (1) set 21-1/4” 2000 psi WP annual preventer
Type
One (1) set 21-1/4” 2000 psi WP double or single ram preventer
Manufacturer To be detailed
WP double ram preventer:
One (1) set blind ram
Rams for 21-1/4” BOP One (1) set of 5-1/2” pipe ram or One (1) set x 5” DP ram
Or WP single ram preventer:
One (1) set of 5-1/2”pipe ram or One (1) set x 5” DP ram
CNOOC IRAQ LIMITED

Two (2) complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
B.8.3 Drilling Spool One 21-1/4” 2000 psi WP drilling spool.
CONTRACTOR should provide drilling adapter for each casing phase
B.8.4 Drilling Adaptor according to the casing head and tubing spool which will be provided by
COMPANY
B.8.5 Kill Line
Quantity Min. One (1)
Size To be detailed
Working Pressure 10000Psi
Connection All connection should be Flanged or union
B.8.6 Choke Lines
Quantity Min. One (1)
Size To be detailed
Working Pressure 10000Psi
Connection All connection should be Flanged or Union
Mandatory
B.8.7 Choke & Kill Manifold
One (1) set. 3”mini. Through bore
Working pressure 10,000 psi WP.
Upstream chokes 10,000 psi WP
Downstream chokes 5,000 psi WP
B.8.7.1 Manual Adjustable Chokes
Quantity Min. One (1)
Make To be detailed
Type To be detailed
Size / working press 3-1/16” x 10,000 psi.
B.8.7.2 Hydraulic Operated Chokes
Quantity Min. Four (4)
Make To be detailed
Type To be detailed
Size / working press 3-1/16” x 10,000 psi.
Remote control panel To be detailed
Location To be detailed
Description (gauges scales, units…) To be detailed
B.8.8 BOP control system
BOP hydraulic power unit To be detailed
Make and model To be detailed
Working pressure 3000 psi
CNOOC IRAQ LIMITED

Fluid reservoir volume :


Accumulator bottles
BOP control unit in compliance with API Standard
Quantity x total volume
Location
Electric pump - type / model Minimum two (2)
Air pump package - type and model Minimum three (3)
Function/Operations : Shear rams must have a protection to avoid accidental use.
B.8.9 Remote Control Panels Must be explosion proof
Make and Type To be detailed
Quantity Minimum two (2)
One on rig floor, another near tool pusher office (or near the drilling
Locations
supervisor office).
Description To be detailed
B.8.10 Mud/Gas Separator (Poor Boy Degasser) Anti-corrosion to H2S
Make and type To be detailed
Pressure To be detailed
Design and installation To be detailed
Vent line To be detailed
Quantity To be detailed
B.8.11 Inside Drill String BOP’s
B.8.11.1 Fast Shut Off Coupling
Quantity To be detailed
Make To be detailed
Type To be detailed
Working pressure : To be detailed
B.8.11.2 Drop in check valve w/landing sub
Quantity To be detailed
Make To be detailed
Type To be detailed
Working pressure : To be detailed
B.8.12 Test Cup
Make To be detailed
Type To be detailed
Size For 13-3/8”, 9-5/8”, 7’’ casing
B.8.13 Pumping tee Pumping tee for each size of drill pipe equipped on rig
Quantity Two (2)ea for each size
Make To be detailed
Type Integral Type. 2” FIG 1502 union with 10000psi rated pressure and
suitable for drill pipe connection
CNOOC IRAQ LIMITED

B.9 HANDLING EQUIPMENT


B.9.1 BOP Test Stumps For BOP stacks pressure test prior to install it on the well head.
Testing pressure 10000psi
B.9.2 BOP (“Portable”) Test Unit
Make and type To be detailed
Capacity and working pressure. 15,000 psi WP with chart and watch

The field sensors include both mud parameter monitoring devices (mud
pits, mud pumps, trip tank, mud return flow etc.) and drilling parameter
B.10 INSTRUMENTATION
monitoring devices (depth / ROP, hook load, RPM, torque, standpipe
pressure, annular pressure, mud pump pressure, kill line pressure etc.).

Locations where the information is available: rig floor


To be detailed
/ tool pusher /COMPANY’s man offices.
B.10.1 Weight Indicator
Make and type To be detailed
Range/units To be detailed
Location To be detailed
B.10.2 Penetration Rate Recorder
Make and type To be detailed
Range/units To be detailed
Location To be detailed
B.10.3 Mud Pressure Gauges
Quantity To be detailed
Make and type To be detailed
Range/units To be detailed
Location To be detailed
B.10.4 Slush Pump Stroke Indicator
Quantity To be detailed
Make and type To be detailed
Cumulative To be detailed
S.P.M To be detailed
Recorder/reading To be detailed
Location To be detailed
B.10.5 Rotary Torque Indicator
Make and type To be detailed
Range/units To be detailed
Recorder/reading To be detailed
Location To be detailed
CNOOC IRAQ LIMITED

B.10.6 Rotary Tachometer


Make and type To be detailed
Recorder/reading To be detailed
Location To be detailed
B.10.7 Tong Torque Indicator
Make and type To be detailed
Range/units To be detailed
B.10.8 Mud Volume Totalizer
Make and type To be detailed
Gain/loss alarm To be detailed
Recorder/reading To be detailed
Location To be detailed
B.10.9 Mud Flow Rate Indicator
Make and type To be detailed
Alarm To be detailed
Recorder/reading To be detailed
Location To be detailed
B.10.10 Trip Tank Indicator
Make and type To be detailed
Recorder/reading - To be detailed
Accuracy To be detailed
Location To be detailed
B.10.11 Recording instrumentation To be detailed
B.10.12 Deviation/directional
Instrumentation deviation To be detailed
Make and type To be detailed
Recording/range 8 degree or prefer 20 degree
Quantity One (1) set
Go-devil diameter 1-5/8”OD×1-1/4”ID
Recovery equipment PCC OVERSHOT, 1-5/8”
Accessories TOTCO ring regular – sinker bars.
DRILLING DATA GATHERING / RECORDING
B.11 Minimum One (1) set.
SYSTEM
CONTRACTOR may propose a real time drilling data
acquisition and processing service which is already To be detailed
installed or to be installed on the rig.
Require to be provided in CONTRACTOR’s technical proposal
B.12 DRAWINGS
when bidding
Provide format tentative drawings of the following: To be provided
CNOOC IRAQ LIMITED

Wellsite/Rig layouts and specifications for the


Location (including a draft plan showing the required
To be provided
drill site size including drilling unit footprint, load
bearing requirements)
Well Control equipment arrangement (BOP, choke
To be provided
manifold)
Mud System To be provided
Living quarters To be provided
B.13 MISCELLANEOUS
Pneumatic wrench for BOP and risers bolts : To be detailed
welding and Cutting Machine Minimum two (2) welding machines and two (2) Cutting machines
Matting board Base for rig and other equipment

B: 1500HP
Drilling rig and its equipment Section A
Ref. Designation equipment COMPANY’s Minimum Requirements CONTRACTOR’s Proposition
A.1 GENERAL DESCRIPTION

Drilling Rig Name To be detailed


Type Electric SCR/AC or VFD
The manufacture year of Proposed Rigs no earlier than 2007, or the rig
manufacture year is later than 2005, but it refresh the main equipment in
last two years. (If proposed brand-new rigs, please confirm whether
Year Of Construction
already manufactured or not., if manufactured, please provide the
manufactured year for each proposed rig with manufacturing certificates
accordingly)
Year of Running To be detailed
Constructed By Producer should have official certification of production
Drilling Rig Owner To be detailed
Current Location To be detailed
Latest upgrade date To be detailed
Next periodical survey To be detailed
Estimated period to Mobilize to first location after the How long could spud-in the first well after signing the Contract?
Contract effective date To be detailed
A.2 CERTIFICATION
Require production certification for the rig and all the equipment.
Issuing Authorities Related refreshment certification & third party inspection list shall be
attached.
CNOOC IRAQ LIMITED

Type of Certification To be detailed


A. 3 OPERATING CAPABILITIES
Maximum Drilling Depth with Standard 5”DP Nominal drilling depth 4500m
Maximum Hook Load Minimum 350MT
Maximum Rotary Table Load Minimum 350MT
Maximum Top Drive Load Minimum working load not less than 350MT
Pressure of circulate motor Minimum working pressure 5000psi
A.4 MAIN DIMENSIONS OF WELLSITE
Overall width/ length of site To be detailed
Overall Dimensions of Drilling Rig Pad To be detailed
A.5 STORAGE CAPACITIES
Fuel Minimum 160 m3
Drilling water Minimum 200 m3
Potable water Minimum 100 m3
Liquid mud (active + reserve) Minimum 370 m3
Back up Liquid Mud Minimum 240 m³
Satisfy general living and working requirement, emergency lights,
A.6 RIG CAMP fire/smoke detection and fire extinguisher in each room as necessary.
The air conditioner shall be available at 55℃ environment temperature.
Rig site Offices Minimum one
Mud Lab/ 3rd Party Office Subject to requirement in this ITT
Tea House / Communal WC house Minimum one
Change Room Minimum one
Clinic with Sleeping Quarters for Medic Minimum one
Meeting Room Minimum one
Single room (bullet-proof) Minimum four
2 Man Sleepers Minimum one
4 Man Sleepers Minimum two
Total Beds at Rig Camp Minimum 14 beds
A.7 MAIN CAMP To be detailed
Total Beds at Main Camp Main camp minimum 86 beds, to be detailed
Main Camp Fuel Storage To be detailed.
Main Camp Pot Water Storage Minimum 100m3
Auxiliary Generator Minimum One (1) set
Kitchens Minimum two (2) kitchens
Pray room Minimum one
Recreation Room Minimum one
Chiller/ Freezer To be detailed
CNOOC IRAQ LIMITED

Require minimum one for drilling crew as bullet-proofed and another


Dining room
one for the local crew.
Laundry Room To be detailed
A.8 SAFETY EQUIPMENT
A.8.1 Personnel Safety Equipment
Clothing, Helmets, Boots, Gloves, Dust Masks, Ear
To be detailed
Plugs and Ear Muffs, ect.
Derrick Safety Line To be detailed
Derrick Safety Belts To be detailed
Escape Line To be detailed
A.8.2 Breathing System
Canister Masks for Evacuation (H2S & Hydrocarbons) To be detailed
Self Contained Breathing Apparatus To be detailed
Quantity Minimum 25 sets
Breathing Apparatus location To be detailed
Rig Floor Minimum 8sets
Tool Pusher’s Office Minimum 1set
COMPANY Reps’ office Minimum 3sets
Mud tank system Minimum 3sets
Muster points Minimum 8 sets
Back-up Set Minimum 4sets
Back-up bottles Minimum 4sets
Minimum one recharging unit in suitable location for refresh air,
Recharging device for the bottles.
pressure rate 3000psi.
A.8.3 Firefighting Pump
Make To be detailed
Type To be detailed
Quantity Minimum two (2) sets
Capacity Minimum 200m3/h
A.8.3.1 Water Tank Capacity Minimum 100m3
A.8.4 Fire stations
Location Three stations, to be detailed
Hose Length Minimum 70m
Nozzle Type Minimum two types
A.8.5 Fire Extinguishers To be detailed including Foam Unit
A.8.6 Fire Fighting Suits To be detailed
A.8.7 Fire Blankets To be detailed
Minimum one central control system, the alarm can be visible in drill
A.8.8 Fire/ Smoke Detections in rig
floor.
CNOOC IRAQ LIMITED

Make/ type: To be detailed


Required to be set in MCC room, engine room, drill floor and VFD
Fire detection:
room.
Smoke detection: To be detailed
Location: To be detailed
Alarms: Horn and flash light alarm
A.8.9 Rescue
A.8.9.1 Resuscitator Minimum One (1) set
Make To be detailed
Type To be detailed
A.8.9.2 Stretchers Minimum One (1) set
Sick Room/ Cabin To be detailed
A.8.10 First Aide Equipment
Emergency Shower system Minimum two (2) sets on mud tank
Eyewash Stations Minimum two (2) sets at mud tank and one more set in rig floor.
A.8.11 Safety Zones
Specific Lighting For Safe Muster Areas To be detailed
Wind Indicators Visible at Night To be detailed
Quantity To be detailed
Location To be detailed
Escape Routes Marking Muster Points To be detailed
A.8.12 Procedures
Safety operation procedures, emergency action procedures and relevant
Individual Information Leaflets About Risks, Hazards
training program for the crew shall be in place.
Specific H2S Training To be detailed
Emergency Procedures Manual To be detailed
Safety Instruction Poster To be detailed
All lifting equipment shall meet the working requirement of field, desert
A.9. LIFTING EQUIPMENT and place around mountain. Certificated lifting equipment (slings,
shackles, etc.) shall be provided by Contractor
SWL displayed. Equipped with protection grid fire extinguisher
A.9.1 Cranes installed, flashing light, back-up light and back-up alarm device.
Operator shall be authorized.
Quantity of cranes and type Minimum One (1) auto crane for daily working at well site.
Minimum distance Maximum load Minimum 45MT
Maximum distance Maximum load Minimum 3MT
Lifting speed (precise nu. of lines) To be detailed, according to production manual
Working distant 3~30m
Last inspection or certificates Valid certification for inspection and test by Authority.
CNOOC IRAQ LIMITED

A.9.2 Fork Lift To be detailed


Quantity Minimum One (1).
Maximum load Minimum 5MT
Last inspection or certificates Valid certification for inspection and test by Authority.
A.9.3 Others To be detailed
A.10 GAS DETECTION SYSTEM
Fixed H2S & Combustible gas Detection & alarm
A10.1
system
Make To be detailed
Type To be detailed
Sensors location Well head, rig floor, shale shaker area, mud tank area, etc.
Visual & audible alarm location To be detailed
Wind direction device To be detailed
A.10.2 Portable H2S& Combustible Gas Detection
Quantity Minimum four (4) sets
Type To be detailed
A.11 COMMUNICATIONS
A.11.1 Telephone System/ Drilling Rig Intercom To be detailed
Number of Lines To be detailed
Location Of Phones To be detailed
Communication Between Rig And Camp To be detailed
Telephone System And Satellite Communication
A.11.2 To be detailed
System
A.11.3 Derrick Man Communication Minimum one set of Intercom for derrick and dog house.
A.11.4 CCTV SYSTEM To be detailed
To be detailed.
A.11.5 Walky-talkies Minim fifteen (15) sets provide including four (4) sets for COMPANY
at least, and all the radios should be EX-proof
A.12 OTHER EQUIPMENT
A.12.1 Air Compressors
Make To be detailed
Model To be detailed
Quantity Minimum two (2) sets
Capacity To be detailed
Supply Pressure To be detailed
Motor Details To be detailed
Reducing Capabilities To be detailed
Refrigeration Details To be detailed
Volume Air Receivers To be detailed
CNOOC IRAQ LIMITED

A.12.2 Welding Equipment


Electric Welding Machines To be detailed
Oxy/ Acetylene Cutting set To be detailed
A.12.3 Workshop and Repair Facilities To be detailed
A.12.4 High Pressure Wash Down Unit
Make/ Model To be detailed
A.12.5 Diaphragm Pumps To be detailed
A.13 POWER PLANT The main engines shall be equipped with an emergency shut-off system.
To be detailed.
Supporting the rig equipment and the camp. The total power: minimum
A.13.1 Diesel Engine
5300HP.
Should meet the work requirement under location weather.
Quantity Minimum three (3) sets main diesel engines
Make Caterpillar or equivalent
Type To be detailed
Electrical control system To be detailed
Monitor display To be detailed.
A.13.2 AC Generator To be detailed.
A.13.3 AC to DC converter To be detailed
Minimum one diesel generator with an electrical starter as backup power
A.13.4 Emergency Power Unit source. The emergency diesel engines can start automatically when the
main power source fails.
Quantity One (1) set
Make and Type To be detailed
Minimum power required for Emergency lights+ BOP accumulator+
Minimum equipment operated
Fuel pump+ air compressor+ fire pump+ rig camp

Land rig and its equipment Section B


Ref. Designation Equipment COMPANY’S minimum Requirements. CONTRACTOR ‘s Proposition
B.1 DERRICK AND SUBSTRUCTURE
Suitable for top drive installation and Kelly installation.
B.1.1 DERRICK.
Derrick should conform to API specification standard.
Make and type To be detailed
Height/ size and base To be detailed
B.1.1.1 Loading
Nominal capacity 350 MT
Static hook load with 12 lines 350 MT
Pipe set back load 130 MT
B.1.1.2 Maximum racking capacity
CNOOC IRAQ LIMITED

stands of DP (and Ø) 160 std of 5”DP


stands of DC (and Ø) 8 std of 8’’ DC
B.1.1.3 Maximum wind load
with rated set-back Wind force: minimum 30 m/s
with no set-back Wind force: minimum 40 m/s
Rig up and rig down derrick To be detailed
B.1.1.4 Equipment
Wind boards and handrails need to be properly equipped on the
2nd derrick. Fall protection and escape device available for the
Racking platform derrick man. All the fingers are secured with clamps or slings.
Utility winch are available for running and racking the tubular.
Fingers fit the requirement of the piping needed for the drilling.
Adjustable range Should have 3 working position: 24.5m~26.5m
Stabbing platform for casing/ tubing To be detailed
Lighting specifications Explosion proof
Mast TV Camera system Covering racking platform and Stabbing platform area
Equipped with BOP hoist to suitable for the BOP.
B.1.2 Substructure
To be detailed
B.2 HOISTING EQUIPMENT
The draw works transmission unit conform to API specification
B.2.1 Draw works
for 1500HP rig
Make To be detailed
Type To be detailed
Capacity Nominal drilling depth 4500m with 5”DP
Main Drum Groove for Line Size To be detailed
Sand line drum To be detailed
Main brake system To be detailed
Auxiliary brake To be detailed
B.2.1.1 Crown Block Safety Device
Make To be detailed
Crown Block saver 3sets (1 electrical and another 2 mechanical at draw works)
B.2.1.2 Automatic Drilling Control To be detailed
Make and type To be detailed
Crown block is designed and manufactured according to API
B.2.2 Crown Block
standard.
Make To be detailed
Type To be detailed
Capacity 350MT
Quantity Of Sheaves To be detailed
CNOOC IRAQ LIMITED

Diameter Of Sheaves To be detailed


Groove Size To be detailed
Travelling block is designed and manufactured according to
B.2.3 Travelling Block
API standard.
Make To be detailed
Type To be detailed
Rated Capacity 350MT
Quantity Of Sheaves To be detailed
Diameter Of Sheaves To be detailed
Groove Size To be detailed
Date Of Last Survey To be detailed
B.2.4 Hydraulic Cat-Heads
Make To be detailed
Type To be detailed
Rated Capacity To be detailed
B.2.5 Top Drive
Make To be detailed
Type To be detailed
Electric Electric, VFD
Working Pressure 5000psi
Rated Capacity 350MT
Brake System To be detailed
Quantity Of Gears To be detailed
Drilling Continuous Torque To be detailed
Maximum RPM To be detailed
Make Up Torque in Low Gear To be detailed
Pipe Handler Make/ Model To be detailed
Length of Elevator Links Available To be detailed
B.2.6 Hook One, and another one set for backup, to be detailed
B.2.7 Swivel One set for backup, to be detailed.
B.2.8 Kelly Spinner One set for backup, to be detailed
Contractor shall provide Elevator Links to suitable for each
B.2.9 Elevator Links
normal operation phase.
Make (for normal drilling and completion) To be detailed
Type Forged and Weld less
Quantity One (1)set
Size: 2-3/4” x 132”
Rated Capacity 350MT
Date Of Last Survey To be detailed
CNOOC IRAQ LIMITED

Make (For running Casing) To be detailed


Type Forged and Weld less
Quantity Two (2)sets
Size: 3-1/2” x 180” or the suitable length for run casing
Rated Capacity 450MT
Date Of Last Survey To be detailed
B.2.10 Drilling Line
Type To be detailed
Diameter To be detailed
Length To be detailed
Spare Reel To be detailed
Maximum Line Pull To be detailed
B.2.11 Drilling Line Anchor
Make To be detailed
Type To be detailed
Date of Last Survey To be detailed
B.2.12 Drilling Line Guide
Make To be detailed
Type To be detailed
Dead line stabilizer : To be detailed
B.3 PIPE HANDLING EQUIPMENT
B.3.1 Rotary Table
Make To be detailed
Type To be detailed
Size/ max. opening Minimum 37-1/2”
Powered or driven Independent powered.
RPM range To be detailed.
Rated load capacity : To be detailed.
B.3.2 Master Bushing
Make To be detailed
Type To be detailed
Size To be detailed
Insert bowls To be detailed.
B.3.3 Casing Bushing And Bowls
Make To be detailed
Type To be detailed
Insert bowls To be detailed
B.3.4 Manual Slips – Drill Pipes
CNOOC IRAQ LIMITED

Minimum 2ea manual slip for each size of Drill Pipe: 3-1/2”,
Quantity, Make and type, Size range
5”, 5-1/2”. To be detailed
B.3.5 Manual Slips – Drill Collars
Minimum 2ea for each size of DC: 9”, 8”, 6-1/2”, 4-3/4”, 4”.
Quantity, Make and type, Size range
To be detailed
B.3.6 Manual Slips – Casing
Minimum 2ea for each size of Casing: 20”, 13-3/8", 9-5/8", 7”.
Quantity, Make and type Size range
To be detailed.
B.3.7 Safety Clamps
Safety clamps for DC
Minimum 2ea for each size of DC: 9”, 8”, 6-1/2”, 4-3/4”, 4”.
Quantity, Make and type, Size range
To be detailed.
Safety clamps for casing
Minimum 2ea for all size of casing.
Quantity, Make and type, Size range
To be detailed.
B.3.8 Elevators – Drill Pipes
350ton SWL manual elevators for 18degree TJ DP.
If Rig provides 3-1/2” or smaller DP, rig shall be equipped with
Quantity, Make and type, Size, Capacity 250ton. SWL manual elevators for 18degree TJ of the same.
For each size of Drill Pipe, Contractor should keep at least 2ea
on site. To be detailed.
Minimum 1ea for each size of drill pipe.
Single Joint Elevator – Drill Pipes
To be detailed.
B.3.9 Elevators – Drill Collars
Minimum 2ea for each DC: 9”, 8”, 6-1/2”, 4-3/4”, 4”.
Quantity, make and type, Size
To be detailed
Capacity To be detailed
B.3.10 Lifting Subs
4ea for 9”DC, 5ea for 8”DC, 5ea for 6-1/2”DC, 6ea for 4-3/4”
Quantity DC, 6ea for 4” DC.
To be detailed.
Threads To be detailed
B.3.11 Manual rotary tongs with indicators
2 tongs with jaws BJ model DB or HT65 for size range: 3-
1/2”~17”.
Quantity, make and type, Jaw assemblies x size range 2 tongs with jaws BJ model SDD or HT100 for size range:
4”~17”
Torque indicators for manual tongs are required.
B.3.12 Hydraulic power tong for DP To be detailed
CNOOC IRAQ LIMITED

Make, Type, Size range To be detailed


B.3.13 Spinning wrench
Make To be detailed
Type To be detailed
Size range To be detailed
Quantity Minimum One (1) set
B.3.14 Bit breaker plates
2ea for each bit size: 26", 16", 12-¼", 8-1/2", 6"
For Tri-Cone bit sizes
To be detailed
B.3.15 Bit gauges
For bit sizes Minimum 1ea API bit gauge for each bit size
B.3.16 Side door casing elevator
Quantity, Make and type, Size, Capacity Minimum 2ea for each size. To be detailed.
B.3.17 Single joint casing elevators
Quantity, make and type, Size, Capacity Minimum 2ea for all size. To be detailed
B.3.18 Casing drifts 2ea for each casing size, as API requirement
Casing and tubing power tongs and unit including
B.3.19
torque indicator for airtight thread casing & tubing
Power tong for casing One (1) set for 20”, two (2) sets for other sizes
At least two (2) sets of hydraulic power tong c/w 2-7/8”, 3-1/2”,
Power tong for tubing 4”, 4-1/2” penetration dies, suit to CRA pipes, like as L80-Cr13
material.
Power unit and torque control One (1) set
B.3.20 Casing spider Elevator (Air Operated)
Make To be detailed
Type To be detailed
Size To be detailed
Capacity 500T
Slip inserts Range 13-3/8”, 9-5/8”, 7”
Quantity One (1) set spider, One (1) set elevator
B.3.21 Casing manual tong Casing Size: 20”, 13-3/8”, 9-5/8”, 7”, 4-1/2”, 4”, 3-1/2”, 2-7/8”
Make To be detailed
Model To be detailed
Quantity One (1) set
Casing Size: 20”, 13-3/8”, 9-5/8”, 7”, 4-1/2”, 4”, 3-1/2”, 2-7/8”,
B.3.22 Casing and tubing manual chain tong
2-3/8”
Make To be detailed
CNOOC IRAQ LIMITED

Model To be detailed
Quantity One (1) set
Crossover from DP to Casing To be detailed
At least two (2) sets of rotary hand slips dressed with low
B.3.23 Manual Tubing Slips penetration dies, suit to CRA pipes, like as L80-Cr13 material.
Tubing size as of 4-1/2”, 4”, 3-1/2”, 2-7/8”, 2-3/8”.
Make To be detailed
Model SDML or equivalent
Quantity 2ea for each tubing size: 4-1/2”, 4”, 3-1/2”, 2-7/8”, 2-3/8”
At least two (2) sets of side door type tubing elevators dressed
B.3.24 Tubing Elevators with low penetration dies, suit to CRA pipes, like as L80-Cr13
material. Tubing size as of : 4-1/2”, 4”, 3-1/2”, 2-7/8”, 2-3/8”.
Make To be detailed
Model To be detailed
Capacity 150T
Quantity 2ea for each size 4-1/2”4”, 3-1/2”, 2-7/8”, 2-3/8”
B.3.25 Single Joint Tubing Elevators
Make To be detailed
Type To be detailed
Capacity 5MT
Quantity 2ea for each size 4-1/2”4”, 3-1/2”, 2-7/8” , 2-3/8”
2ea for each weight tubing size: 4-1/2”,4”, 3-1/2”, 2-7/8”,2-
Tubing Drifts
3/8”
B.3.26 Air winches
Make To be detailed
Type To be detailed
Quantity Drill floor:3, monkey board:2; cat walk:1
Capacity Drill floor and cat walk: 50KN; Monkey board: 5KN
Location Drill floor, monkey board, cat walk
Fill-up tools shall be connected on Top Drive during running
B.3.27 Casing fill-up tools
casing
Make To be detailed
Type To be detailed
Quantity One (1) set for each casing size: 13-3/8’’, 9-5/8”, 7”.
B.3.28 Casing quick-release thread protectors
Quantity Minimum 6 ea for each size
Make To be detailed
Type To be detailed
Size Suitable for 20”, 13-3/8”, 9-5/8”, 7”
CNOOC IRAQ LIMITED

B.3.29 Stab-in string running tools 30” and 20” Casing cementing inner string running tools
Quantity Minimum two (2) sets
Make To be detailed
Type To be detailed
Contractor shall provide detailed drawing of the complete mud
B.4 MUD SYSTEM
system.
B.4.1 Main mud pumps
Make To be detailed
Model F-1600 or equivalent
Quantity Three (3) sets
Bore and Stroke To be detailed (depend on pressure choose liner)
Rated Pump Stroke Maximum 120SPM
Suction Screens To be detailed
Relief lines shall be self draining and straight to mud pits. They
Mud Pump Prime Movers
must be well secured, supported.
B.4.1.1 Motors
Quantity Two (2) per each pump
Power To be detailed
B.4.1.2 Mud Pump Equipped With (One Per each pump)
Pressure Relief Valves Must be shear relief valve
Discharge Pulsation Dampeners Air chamber (charge air can adjust pressure)
Suction Pulsation Dampeners To be detailed
Pressure Gauges 0~10000psi
Pump Stroke Counters Each pump unattached counter also need total stroke counter.
B.4.2 Centrifugal pumps
B.4.2.1 Supercharging Pumps
Make To be detailed
Type To be detailed
Quantity Minimum three (3)
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/ RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.2 Mud Mixing Pumps
Make To be detailed
Type To be detailed
Quantity Minimum three (3) sets
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
CNOOC IRAQ LIMITED

Drive KW/ RPM To be detailed


Stuffing Box Seal MEC SEAL
B.4.2.3 Desander and Desilter Centrifugal Pump
Make To be detailed
Type To be detailed
Minimum One (1) set desander pump and One (1) set desilter
Quantity
pump.
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/ RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.4 Mud Cleaner Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/ RPM To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.5 Shearing Pump
Make To be detailed
Type To be detailed
Quantity Minimum One (1) set
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/ RPM To be detailed
Stuffing Box Seal MEC Seal
B.4.2.6 Vacuum Degasser Feed Pump
Make To be detailed
Type To be detailed
Quantity Minimum 1set
Impeller Diameter To be detailed
Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/ RPM To be detailed
Stuffing Box Seal MEC Seal
B.4.2.7 Trip Tank Fill-Up Pump
Make To be detailed
Type To be detailed
Quantity One (1) set
CNOOC IRAQ LIMITED

Impeller Diameter To be detailed


Discharge Flow Rate/ Head (gpm, psi) To be detailed
Drive KW/M To be detailed
Stuffing Box Seal MEC SEAL
B.4.2.8 Other Pumps
Submersible pump with electrical cable and discharge
To be detailed
hoses for mud pit and cellar
Air pumps to clean out mud tanks To be detailed
Cellar Jet Ventura Operated With Mud Pumps Minimum two (2)
B.4.3 Mud Treatment Equipment
B.4.3.1 Shale Shakers – Flow Line Cleaners
Quantity Three (3) sets
Make Swaco/ Derrick or equivalent
Type To be detailed
Feed flow line size Minimum 12”
Meet the requirement of mud treatment.
The enough stock of screens to be permanently on rig must
Screen sizes
cover the consumption.
To be detailed.
B.4.3.2 Desander
Make and type and maximum capacity To be detailed
Cones To be detailed
Type To be detailed
Diameter To be detailed
Quantity To be detailed
B.4.3.3 Desilter
Make and type and maximum capacity To be detailed
Cones To be detailed
Type To be detailed
Diameter To be detailed
Quantity To be detailed
B.4.3.4 Mud Cleaner
Make and type and maximum capacity To be detailed
Cones To be detailed
Type To be detailed
Diameter To be detailed
Quantity To be detailed
Range of screen sizes in stock To be detailed
B.4.3.5 Centrifuge
CNOOC IRAQ LIMITED

Quantity Minimum two (2) sets


Bowl Diameter x Bowl Length
To be detailed
RPM“G” Force
B.4.3.6 Vacuum Degasser
Make To be detailed
Type To be detailed
Maximum capacity To be detailed
Vacuum pressure To be detailed
Power of main motor To be detailed
Power of vacuum pump/speed To be detailed
Gas vent line Connected to out of well site
Equipped with water, electricity, air conditioning, pressurized
air if dangerous area, escape door, telephone, furniture and
B.4.4 Mud laboratory
general alarm system. 2x4 plugs with 220v and 110v. To be
detailed.
All mud tanks (active & reserve ones) must be fitted with level
B.4.5 Mud Tanks (Active & Reserve Tanks) indicators and in the dog house can observe the level. All the
electrical equipment on mud tank must be explosion-proof.
B.4.5.1 Active Tanks Excluded mud tanks for mechanical treatment
Quantity Minimum six (6)
Theoretical total volume 270 m3
Pumpable total volume 250 m3
Quantity of compartments Propeller blades
Quantity of Mud agitators To be detailed
Mud agitators Make To be detailed
Mud agitators Type To be detailed
Mud agitators Motor (HP) 20 HP
Low/ High pressure mud guns 6" line reaching all tanks
Bottom/ surface guns 4" line reaching all tanks
2" line with volumetric counter reaching all tanks including the
Industrial water line installed
slug pit 200 LPM capacity
Dump valves – type To be detailed
B.4.5.2 Reserve Tanks
Quantity Minimum three (3)
Theoretical total volume Minimum 80m3 for each tank
Pumpable total volume Minimum 65m3 for each tank
Quantity of compartments To be detailed
Quantity of Mud agitators Minimum two (2) for each tank
Mud agitators make To be detailed
CNOOC IRAQ LIMITED

Mud agitators type To be detailed


Mud agitators motor (HP) Minimum 20HP
Low/ High pressure mud guns To be detailed
Industrial water line installed To be detailed
B.4.5.3 Pill Tank
Quantity of tanks Minimum 1ea
Theoretical total volume Minimum 8 m3
Pumpable total volume Minimum 5m3
Quantity of Mud agitators To be detailed
Mud agitators make To be detailed
Mud agitators type To be detailed
Mud agitators motor (HP) To be detailed
B.4.5.4 Setting/ Treatment Tanks To be detailed
B.4.5.5 Sand Trap/ Shaker Settling Tank To be detailed
B.4.5.6 Vacuum Degasser Tank To be detailed
B.4.5.9 Desander Tank To be detailed
B.4.5.10 Desilter Tank To be detailed.
B.4.5.11 Trip Tank
Capacity Maximum 10 m3
Accurate sensor at Driller’s Console + back-up on rig floor. To
Level indicator read-out location/ accuracy
allow a readable change in volume for one stand minimum.
B.4.6 Mixing System
Mud material mixing hoppers To be detailed
Quantity To be detailed
Make To be detailed
Type To be detailed
Location Active tanks site
B.4.7 Mud Pump Discharge
Discharge Lines Two (2) stand-pipe lines, one work and another back-up
Diameter 4” ID
Working Pressure 5000 psi
Screen On each Pump Outlet To be detailed
B.4.8 Rotary Hoses
Quantity Minimum two (2), one work and another back-up.
Diameter 4” ID with safety clamps
Make To be detailed
Type To be detailed
Working Pressure 5000psi
B.4.9 Stand Pipe Manifold
CNOOC IRAQ LIMITED

Working Pressure 5000 psi


Stand Pipe No/ Diameter 2, suitable for the use of TDS.4”
Connection for Kill Line To be detailed
Connection For Cementing Unit To be detailed
Gauges 10000psi
B.4.10 Drilling String Circulation Head
Working pressure/ connection To be detailed
B.4.11 Mud Saver Bucket
1ea for each size of DP with hose for connection to the flow
Quantity and size
line.
B.5 DRILL STRING
B.5.1 Kelly (Back-up) One (1) set, to be detailed
B.5.2 Drill Pipes
Manufacturer To be detailed To be detailed
4500m for 5” or 3500m for 5- 1500m
Total length
1/2” and 1500m for 5”
Grade S Grade S Grade
Size 5” or 5-1/2” 3-1/2”
Weight Specified by Contractor Specified by Contractor
Range 2 2
Class (on commencement date) Premium or new Premium or new
Internal plastic coated Prefer Prefer
4-3/4” or suitable OD to be
Tool joint O.D. Specified by Contractor used for COMPANY’s
liner
2-7/16” or suitable ID
capable for COMPANY’s
Tool joint I.D. Specified by Contractor testing or completion
operation. Specified by
Contractor
Connections Specified by Contractor Specified by Contractor
Pin and box protectors Required Required
Identification of each joint Required Required
ARNCO 100XT or
Hard banding ARNCO 100XT or equivalent
equivalent
B.5.3 Pup Joints 5” or 5-1/2” 3-1/2”
Quantity 1 ea for each 1 ea for each
Length 5ft, 10ft & 15ft 5ft, 10ft & 15ft
Grade Specified by Contractor Specified by Contractor
CNOOC IRAQ LIMITED

Tool joint and thread type Same specifications as DP Same specifications as DP


B.5.4 Heavy Weight Drill Pipes
Quantity of joints Minimum 48 joints Minimum 18 joints
Size 5” or 5-1/2” 3-1/2”
Materials Specified by Contractor Specified by Contractor
Threads Same as DP Same as DP
Wall thickness Specified by Contractor Specified by Contractor
Class (on commencement date) : Premium Premium
Range 2 2
Specified by Contractor.
But OD requires 4-3/4” or
Tool joint (OD x ID x threads) : Specified by Contractor
suitable OD to be used for
COMPANY’s liner
ARNCO 300XT or
Hard banding ARNCO 300XT or equivalent
equivalent
Internal coating Prefer Prefer
Identification of each joint Required Required
B.5.5 Drill Collar Minimum Required (Specifications, Size, Quantity)
Size (OD) 9” or 9-1/2” 8” or 8-1/2” 6-1/2” 4-3/4”
Size (ID) 3” 2-13/16” 2-13/16” 2-1/4”
Quantity of joint 6 30 30 30
Length 30ft 30ft 30ft 30ft
Connection 7-5/8”Reg 6-5/8”Reg NC 50 NC 38
Specified
Specified by Specified by Specified by
Materials by
Contractor Contractor Contractor
Contractor
Slip and/or elevator recess Required Required Required Required
Stress relief grooving Required Required Required Required
Spiraled. Required Required Required Required
Identification of each joint Required Required Required Required
B.5.6 Drill pipe and drill collar rabbit Contractor shall provide the rabbits for Contractor’s DP & DC
Size, Quantity 2ea for each size of DC & DP
B.5.7 Lifting plug Suitable for Rig’s Drill string.
Type & Quantity 2ea for each size of drilling string
B.5.8 Small tubing for washing & cleaning
Size From below 1” to 1.9” or suitable size
Quantity 24 joints
Length Around 31.5 feet per joint
CNOOC IRAQ LIMITED

Include float valve, bit sub, crossover sub, stabilizer, jar, down
B.6 DOWN HOLE TOOLS
hole motor, RTTS, bypass, etc. To be detailed.
Specification and Quantity to be detailed (PDC bits and Cone
B.6.1 Bits
bits)
B.6.2 Crossover Sub To be detailed.
B.6.3 Float Valve
Manufacturer To be detailed.
Type To be detailed.
Quantity To be detailed.
B.6.4 Stabilizer
Manufacturer To be detailed.
To be detailed. (prefer include roller reamer; Contractor should
Type
provide the types include integral)
Quantity To be detailed.
B.6.5 Jar For 16”, 12-1/4”, 8-1/2” sections, at least 2 jars for 8-1/2”
Manufacturer To be detailed.
Type To be detailed.
Quantity To be detailed.
B.6.6 Mud Motor For 16”, 12-1/4”, 8-1/2”sections.
Working life At least 150 hrs working continuously in down hole
Manufacturer To be detailed.
Type To be detailed.
Quantity To be detailed.
B.6.7 Casing Scraper For 13-3/8”, 9-5/8” and 7”casings.
Manufacturer To be detailed.
Type To be detailed.
Quantity To be detailed.
B.6.8 RTTS For 13-3/8” 9-5/8”, 7”casings.
Manufacturer To be detailed.
Type To be detailed.
Quantity To be detailed.
36” hole opener and reamers for 16”, 12-1/4”, 8-1/2” phase
B.6.9 Hole opener & Reamer should to be suitable for soft, hard, medium formation.
To be detailed.
B.6.10 Drilling accelerator, bump sub and others etc. To be detailed.
One set for 13-3/8” (68ppf) casing and one set for 9-5/8”
B.6.11 Storm valve (47ppf) casing as backup for emergency situation to shut in the
well
CNOOC IRAQ LIMITED

Contractor should provide all fishing tools for all the wireline
logging tools and down hole tools, including Junk basket, junk
mill, magnet, lead impression blocks, taper tap, etc., and
B.7 FISHING EQUIPMENT
provided fishing tools for the COMPANY’s casing as attached
design.
To be detailed.
…… …
B.8 WELL CONTROL EQUIPMENT
B.8.1 13-5/8” BOP Stack
One 13-5/8”5000 psi annular BOP flanged.
B.8.1.1 Annular Preventer
Rubber shall be brand new.
Mandatory
B.8.1.2 Ram Preventer
Manual closing wheels to be provided for each ram.
Quantity 3 Ram Type BOP (single ram + double ram)
Size 13-5/8” - 10000 psi WP
Shear rams must shear all Drill Pipes
Type All ram preventer should be same size and type to allow
maximum flexibility of configuration.
Manufacturer To be detailed
2 sets for each size of 5-1/2” DP rams & 5” DP rams & 3-1/2”
rams
2 sets shear blind rams
1 set for 13-3/8” ram
1 set 9-5/8” ram
B.8.1.3 Rams Size For 13-5/8” -10000psi BOP 1 set 7’’ ram
2 sets 3-1/2” ram
2 sets variable bore rams: 5-1/2” x 3-1/2” or 5” x 3-1/2”
2 complete sets of spare rubbers for each sizes of above rams
are compulsory on rig at any time.
Rubbers shall be brand new.
B.8.1.4 Drilling Spools Drilling spools will be provided for 13-5/8” - 10000psi BOP
B.8.2 21-1/4” BOP Stack
1 set 21-1/4”2000 psi WP annular preventer
Type
1 set 21-1/4”2000 psi WP double ram preventer
Manufacturer To be detailed
Rams for 21-1/4” BOP 1 set blind ram
CNOOC IRAQ LIMITED

1 set 5-1/2”DP ram or 1 set 5”DP ram


2 complete sets of spare rubbers for each size of above rams are
compulsory on rig at any time.
Rubbers shall be brand new.
B 8.3 Drilling Spool 1set 21-1/4”2000psi WP drilling spool.
Contractor should provide drilling adapter for each casing
B.8.4 Drilling Adaptor phase according to the casing head and tubing spool which will
be provided by COMPANY.
B.8.5 Kill Lines
Quantity Minimum 1ea
Size To be detailed
Working Pressure 10000psi
Connection All connection should be Flanged or union
B.8.6 Choke Lines
Quantity Minimum.1
Size To be detailed.
working pressure 10000psi
Connection All connection should be Flanged or Union
Mandatory
B.8.7 Choke & Kill Manifold
1set. Minimum 3” Through bore
Working pressure 10000 psi
Upstream chokes 10000 psi
Downstream chokes 5000 psi
B.8.7.1 Manual Adjustable Chokes
Quantity Minimum 1
Make To be detailed
Type To be detailed
Size Minimum 3-1/16”
Working pressure 10000 psi.
B.8.7.2 Hydraulic Operated Chokes
Quantity Minimum 4
Make To be detailed
Type To be detailed
Size Minimum 3-1/16”
Working pressure 10000 psi.
Remote control panel To be detailed
Location To be detailed
Description (gauges scales, units) To be detailed
B.8.8 BOP control system
CNOOC IRAQ LIMITED

BOP hydraulic power unit To be detailed


Make and model To be detailed
Working pressure 3000 psi
Fluid reservoir volume :
Accumulator bottles
BOP control unit in compliance with API Standard
Quantity x total volume
Location
Electric pump - type / model Minimum 2
Air pump package - type and model Minimum 3
Function/ Operations Shear rams must have a protection to avoid accidental use.
B.8.9 Remote Control Panels Must be explosion proof
Make and Type To be detailed
Quantity Minimum 2
One on rig floor, another in tool pusher office (or near the
Locations
drilling supervisor office).
Description To be detailed
B.8.10 Mud/ Gas Separator (Poor Boy Degasser) Anti-corrosion to H2S
Make and type To be detailed
Working Pressure To be detailed
Design and installation To be detailed
Vent line To be detailed
Quantity To be detailed
B.8.11 Inside Drill String BOP
B.8.11.1 Fast Shut Off Coupling
Quantity To be detailed
Make To be detailed
Type To be detailed
Working pressure : To be detailed
B.8.11.2 Drop In Check Vale W/ landing Sub
Quantity To be detailed
Make To be detailed.
Type To be detailed.
Working pressure To be detailed
B.8.12 Test Cup
Make To be detailed
Type To be detailed
Size For 13-3/8”, 9-5/8”, 7’’ casing
B.8.13 Pumping tee Pumping tee for each size of drill pipe equipped on rig
Quantity 2ea for each size
CNOOC IRAQ LIMITED

Make To be detailed
Integral Type. 2” FIG 1502 union with 10000psi rated pressure
Type
and suitable for drill pipe connection.
B.9 HANDLING EQUIPMENT
B.9.1 BOP Test Stumps For BOP stacks pressure test prior to install it on the well head.
Testing pressure 10000psi
B.9.2 BOP (“Portable”) Test Unit
Make and type To be detailed
Capacity and working pressure. 15,000 psi WP with chart and watch
The field sensors include both mud parameter monitoring
devices (mud pits, mud pumps, trip tank, mud return flow etc.)
B.10 INSTRUMENTATION and drilling parameter monitoring devices (depth/ ROP, hook
load, RPM, torque, standpipe pressure, annular pressure, kill
line pressure etc.).
Locations where the information is available rig floor/
To be detailed
tool pusher/ COMPANY’s man offices.
B.10.1 Weight Indicator
Make and type To be detailed
Range/units To be detailed
Location To be detailed
B.10.2 Penetration Rate Recorder
Make and type To be detailed
Range/ units To be detailed
Location To be detailed
B.10.3 Mud Pressure Gauges
Quantity To be detailed
Make and type To be detailed
Range/ units To be detailed
Location To be detailed
B.10.4 Slush Pump Stroke Indicator
Quantity To be detailed
Make and type To be detailed
Cumulative To be detailed
S.P.M To be detailed
Recorder/ reading To be detailed
Location To be detailed
B.10.5 Rotary Torque Indicator
Make and type To be detailed
CNOOC IRAQ LIMITED

Range/units To be detailed
Recorder/ reading To be detailed
Location To be detailed
B.10.6 Rotary Tachometer
Make and type To be detailed
Recorder/ reading To be detailed
Location To be detailed
B.10.7 Tong Torque Indicator
Make and type To be detailed
Range/ units To be detailed
B.10.8 Mud Volume Totalizer
Make and type To detailed
Gain/loss alarm To detailed
Recorder/reading To detailed
Location To detailed
B.10.9 Mud Flow Rate Indicator
Make and type To be detailed
Alarm To be detailed
Recorder/reading To be detailed
Location To be detailed
B.10.10 Trip Tank Indicator
Make and type To be detailed
Recorder/ reading To be detailed
Accuracy To be detailed
Location To be detailed
B.10.11 Recording instrumentation To be detailed
B.10.12 Deviation/ directional
Instrumentation deviation To be detailed
Make and type To be detailed
Recording/ range 8degree or prefer 20degree
Number 1 set
Go-devil diameter 1-5/8”OD × 1-1/4”ID
Recovery equipment PCC OVERSHOT, 1-5/8”
Accessories TOTCO ring regular – sinker bars.
DRILLING DATA GATHERING/ RECORDING
B.11 Minimum 1 set.
SYSTEM
Contractor may propose a real time drilling data
acquisition and processing service which is already To be detailed
installed or to be installed on the rig.
CNOOC IRAQ LIMITED

Required to be provide in Contractor’s technical proposal when


B.12 DRAWINGS
bidding
Provide format tentative drawings of the following: To be provided

Wellsite/Rig layouts and specifications for the


Location (including a draft plan showing the required
To be provided
drill site size including drilling unit footprint, load
bearing requirements)

Well Control equipment arrangement (BOP, choke


To be provided
manifold)

Mud System To be provided

Living quarters To be provided


B.13 MISCELLANEOUS To be detailed
B.13.1 Pneumatic wrench for BOP and risers bolts : To be detailed
B.13.2 Minimum two (2) welding machines and two (2) cutting
Welding and cutting machine
machines.
B.13.3 Matting board Base for rig and other equipment

Attached table: Certification list for each Rig (Including but not limited to the list content as below table)

ITEM Certification S/N Other requirements

1 Rig overall certificate


2 Drawworks certificate
3 Top drive Certificate
4 Crown block certificate
5 Travelling Block Certificate
6 Mast Certificate
7 Substructure Certificate
8 Mud pump NO.1 Certificate
9 Mud pump NO.2 Certificate
10 Mud pump NO.3 Certificate
11 Raising line for rig Certificate
12 Rotary table Certificate
CNOOC IRAQ LIMITED

13 Inspection Certificate for drilling rig By Third Party


14 Test Report for drilling rig
15 Inspection Certificated for drilling line
16 Elevator link pull test report
17 Emergency engine inspection certificate
18 Electric Drive and Control System of Drilling Rig
19 Electric Eddy Current Brake Certificate
20 Gas Detector System Certificate
21 Deadline Line Anchor Inspect Certification
22 Air Compressor Certificate
23 Hydraulic power station
24 Hydraulic Cathead certificate
25 BOP Handing System certificate
26 Air winch certificate
27 Chock and kill Manifold Certificate
28 Certificate for Stand pipe
29 Certificate for Hydraulic power Tong
30 DC Motor Certificate
31 Mud agitator Certificate
32 Vacuum degasser Certificate
33 Desander Certificate
34 Desilter Certificate
35 Fuel tank Certificate
36 EX-proof Certificate for Fuel Tank Electrical
37 Magnetic Inspected Report for Fuel Tank
38 Electrical Certificate for Overall Rig
39 Annular BOP Certificate
40 Double Ram Certificate
41 Spool Certificate
42 Single Ram Certificate
43 The API Certificate for BOP Manufacturer
44 Certificate for all drilling string and BHA
45 Certificate for Kelly

Please fill out the following form for your proposed all drilling rigs accordingly.
Please pay attention to the following items:
1. The information for each rig shall be separately.
CNOOC IRAQ LIMITED

2. Please make sure the type and manufacturer in proposal shall be same with the manufacturing certificates accordingly please clarify the reason if it is not same in the
“Remark” column.
3. The manufacturing certificate shall be the certificate from original manufacturer after manufacturing, other certificate cannot replace it.
4. Please make sure the filled information is same with certificates.
No. Items Type in proposal Manufacturer in proposal Remark
B.1.1 DERRICK
B.2.1 Draw Works
B.2.2 Crown Block
B.2.3 Travelling Block
B.2.5 Top Drive
B.3.1 Rotary Table
B.5.2 Drill Pipes
B.8.1.1 Annular Preventer for 13-5/8’’ BOP
B.8.1.2 Ram Preventer for 13-5/8’’ BOP
B.8.2 Ram Preventer for 21-1/4’’ BOP
B.8.8 BOP control system
A.13 Diesel Engine

Please clarify the drilling operation year for each rig after manufacturing as follow:
Rig Name
How many years
operation
experience after
manufacturing
The project
names which
operated after
manufacturing
The countries in
which operated
after
manufacturing

END OF Exhibit ”3-1”, Attachment 3, Appendix A


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 3- EXHIBIT 3-2 DRILLING CREW

1. General Requirements

(a) CONTRACTOR shall organize experienced personnel working on the Drilling Rig and at the
operating base and CONTRACTOR’S main office for the WORK. The Rig Manager shall
have a minimum of eight (8) years oilfield experience, The Tool Pusher shall have a minimum
of six (6) years oilfield experience, The Driller shall have a minimum of five (5) years oilfield
experience, The Assistant Driller shall have a minimum of four (4) years oilfield experience.

(b) CONTRACTOR shall supply the resume of CONTRACTOR’S personnel to COMPANY in


their tender proposal.

(c) CONTRACTOR key personnel must with fluent spoken English and attached their English
certificate in proposal.

(d) COMPANY has the right to terminate the CONTRACTOR’s personnel work if his work is
disqualified.

(e) Well-control certificate, position certificate (equivalent documents), H2S certificate,


healthy certificate (equivalent documents) are minimum requirement to the following
position of CONTRACTOR’S Personnel: Drilling Supervisor, HSE Supervisor, Rig manager,
Senior Tool Pusher, Tool Pusher, Driller, Assistant Driller, Derrick man.

(f) All service personnel shall obtain valid health certificate.

(g) All service personnel and vehicles shall obtain valid security clearance certifications.

(h) Service personnel assigned for special operation, e.g. crane operation, electrician, welding
shall obtain valid special job certification.

(i) CONTRACTOR shall employ the local personnel to work on the well site, H2S certificate,
healthy certificate (equivalent documents) are minimum requirement to the local personnel.

(j) The drilling crew for the special type of work shall have the related certificate accordingly.

(k) CONTRACTOR shall make training for local employee and COMPANY’s trainees regarding
HSE, and other necessary items for daily drilling works.

(l) CONTRACTOR’s personnel shall routine shift as CONTRACTOR’s management.

(m) COMPANY has the right to check and review the required certificates for all the personnel
of CONTRACTOR, and COMPANY has the right to terminate the CONTRACTOR’s
personnel if CONTRACTOR’s personnel is disqualified or the certificates cannot meet
requirement of COMPANY, in case of CONTRACTOR’s failure to respond to the
COMPANY requirements to remedy of the failure immediately, COMPANY has the right to
suspend drilling operation until such CONTRACTOR’s personnel is replaced or until the
CONTRACTOR provide the required missing certificates.

2. Drilling Crew

CONTRACTOR shall furnish the following number and classifications of personnel to operate the
CNOOC IRAQ LIMITED

each Drilling rig & its equipment and including the chefs & doctors etc.

No Position Total required On site Provided by


1
2
3
……
Total

END OF Exhibit “3-2”, Attachment 3, Appendix A


CNOOC IRAQ LIMITED

APPENDIX A – ATTACHMENT 4

DESCRIPTION OF ASSOCIATED SERVICES

1. SCOPE OF WORK AND TECHNICAL REQUIREMENTS

The Scope of Work and Technical Requirements for each associated service shall be
specified in details in the following Exhibits:

 Exhibit 4-1 Drilling Fluids Service

 Exhibit 4-2 Cementing Service

 Exhibit 4-3 Mud Logging Service

 Exhibit 4-4 Wireline Logging Service

 Exhibit 4-5 Directional Drilling Service

 Exhibit 4-6 Drilling Rig Supporting Service for lower completion for horizontal
section

END OF APPENDIX A, Attachment 4


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4-
EXHIBIT “4-1”

DRILLING FLUIDS SERVICE

FOR

DRILLING RIG AND ASSOCIATED SERVICES

FOR NEW TEN (10) WELLS

Page 1 of 25
CNOOC IRAQ LIMITED

1 DESCRIPTION OF THE WORK


1.1 Scope of Work
CONTRACTOR shall be responsible for providing all drilling fluid materials, equipment,
design and personnel for COMPANY. CONTRACTOR shall acknowledge the specific features
of the area of operations and the expected conditions at well site, especially H2S and CO2
hazards.
CONTRACTOR shall provide the services that will include but not be limited to the following:
(a) Drilling Fluid Service.
(b) Support Base and Laboratory Service.
(c) Personnel.
(d) Material and additives.
1.2 General Requirement
1.2.1 Drilling Fluid Service
 CONTRACTOR provides drilling fluid systems, technical support, materials, and
chemicals and associated equipment for the project outlined in this WORK.
 CONTRACTOR should also include any alternate approach to providing the service that
the CONTRACTOR considers to meet the needs and will benefit COMPANY.
 CONTRACTOR shall perform any other related services normally provided by
CONTRACTOR within CONTRACTOR’S capabilities which COMPANY may
reasonable request.
 CONTRACTOR shall provide MSDS for all materials supplied in the technical proposal.
 COMPANY has the right to change the mud system for more suitable type if the
COMPANY evaluates the system for mud is not useful for stability.
 CONTRACTOR shall provide the material which won’t make damage for environment
and CONTRACTOR must provide the test for environment protection of mud (also cement
additives) before and after used, and make sure for every type of mud.

1.2.2 Support Base and Laboratory Service


(a) Support Base
 CONTRACTOR shall provide qualified and experienced well-site drilling fluid engineers
who will be assigned on a continuous rotational basis.
 CONTRACTOR shall provide a drilling fluids technical coordinator to provide day-to-day
technical support during pre-planning, drilling and completion operations.
(b) Base Laboratory
CONTRACTOR shall provide a base for the laboratory work.
CONTRACTOR shall provide base laboratory testing and support services during planning
stages and during on-going operations.
CONTRACTOR shall maintain comprehensive laboratory facilities in the base to provide the
necessary capability for testing chemicals of drilling fluid as required and when requested by
COMPANY.
(c) Well-site testing kits
CONTRACTOR shall use CONTRACTOR’S equipment at work site listed in the
CONTRACTOR to perform the necessary test which shall not be limited to the following:
 Complete analysis of WBM (water base mud) including rheology, composition and solid
phase analysis.

Page 2 of 25
CNOOC IRAQ LIMITED

 Pilot testing of mud.


 Filtration analysis.
 Water or salinity analysis.
1.3 Requirements Specification
1.3.1 CONTRACTOR is requested to provide a detailed drilling fluid program in the
CONTRACTOR’s proposal. The formulation of CONTRACTOR’s proposal shall meet
COMPANY’s requirements. CONTRACTOR shall control drilling fluids’ rheological
properties for meeting COMPANY’s requirement. During the evaluating period of the bid,
COMPANY has the right to verify properties of the CONTRACTOR’s drilling fluid systems.
1.3.2 CONTRACTOR shall provide its own study to design an effective program of drilling fluid
technology in order to overcome the technical difficulties of high pressure salt water in the
Lower Fars formation and ensure the effectiveness of drilling operations.
CONTRACTOR shall provide technology for solving abnormal pressure formation, high
pressure salt water and anhydrite & salt creeping in the Lower Fars formation, loss circulation,
stick pipe and other under surface accidents in reservoir, and CONTRACTOR shall be
responsible for all losses and accidents happened under surface.
CONTRACTOR shall control drilling fluid’s rheological properties for meeting COMPANY’s
requirement.
1.3.3 CONTRACTOR is encouraged to recommend or propose any drilling fluid systems,
opportunities or designs that could be considered by COMPANY to improve well quality
and/or control cost. These recommendations should be made separately from the primary data
requested in this tender.
1.3.4 CONTRACTOR shall provide the drilling fluids software, and the software name and details
shall be provided. The drilling fluids software can perform the mud formulations, hydraulic
calculations and daily report, down-hole simulation (i.e. ECD and hole cleaning), drilling
parameter recommendation, mud recap, etc. Contractor shall train COMPANY employee on site
to operate above software.
1.3.5 CONTRACTOR shall submit relevant experience drilling fluids service to COMPANY.
1.3.6 CONTRACTOR shall perform the work but not limited to, planning, formulating, monitoring,
and recording drilling fluid parameters during drilling operation and maintain a summary log,
ensuring that is within the required specifications, troubleshooting the mud system should the
problem arise, testing the mud and to ensure it is done within the design approved by
COMPANY.
CONTRACTOR shall furnish one Representative with a clean legible copy of the daily mud
reports.
1.3.7 CONTRACTOR shall prepare a final drilling fluids report within two (2) weeks of the
completion of each well. As a minimum the report must include:
 Design and operation specifications for each hole sections of drilling fluid.
 Actual products used per hole section and analytical explanations for all deviations.
 Daily API Mud Test Reports.
 Graphic presentation of each property measured on a daily basis.
 Recommendation improvement on the next well.
2 EQUIPMENT AND MATERIAL
a.1 General Requirement
a.1.1 CONTRACTOR shall supply all necessary field laboratory equipment to run API fluid
property, quality control, pilot tests, and other tests that may be required during drilling
operations.
a.1.2 CONTRACTOR shall provide complete list of the equipment, materials (inclusive of bentonite

Page 3 of 25
CNOOC IRAQ LIMITED

and barite) and supplies for Work Supply list of all testing equipment to be supplied from
operation base.
a.1.3 CONTRACTOR’S equipment shall comply with any and all applicable API standards or
another standard.
a.1.4 CONTRACTOR shall maintain mud testing equipment at work site.
a.2 MUD Testing Equipment
CONTRACTOR shall provide and maintain in good operating conditions such equipment may
be necessary for the preparation, treatment, maintenance, testing of drilling fluids for the Work.
CONTRACTOR shall provide all the following equipment necessary to perform the services
including but not limited to:
a.2.1 Well-site testing equipment
Min
Item description/specification Function
Qty
Mud Balance 2 Density
Pressurized mud balance 8.0 – 25ppg scale 1 Density
Marsh funnel 2 Funnel viscosity
Viscometer with speeds of 3, 6, 100, 200, 300 and 600 rpm 1 Rheology
API Pressure at room temperature Filtration press 1 API fluid loss
API HTHP Filtration press 1 HTHP fluid loss
Sand content set. (200mesh screen / calibrated tube) 1 Sand content
Retort assembly (liquids and solid content) 1 Solid content
PH meter with buffer solutions 1 Ph
PH paper 2 Ph
Stickometer 1 Lubricity coefficient
Chemistry analysis equipment to determine chlorides,
alkalinity, lime content, total hardness, calcium, potassium, 1 Chemical analysis
and cation exchange capacity
Hand Craned centrifuge or electric type 1 Potassium content
Converter high speed stirrer 1 Mixing
Electronic scale 1 Measurement
Turbidimeter 1 Turbidity
Portable Digital Readout 2-Roller Oven 1 Oven
Magnetic Oven 1 Oven
Digital Thermostat Stirring Circulation Water Bath 1 Water Bath
2-Access Single Array Power Heated Thermostat Water Bath 1 Water Bath
6-Access Double Array Power Heated Thermostat Water Bath 1 Water Bath
Stickiometer 1 Lubricity
Note: Chemicals required both to carry out analysis and to calibrate the equipment shall be included
a.3 CONTRACTOR’s Products and Materials
a.3.1 CONTRACTOR shall supply and deliver the drilling fluids products in Appendixes1.The test
of products shall comply with the material requirement of API 13A standards, or latest ISO
standards or other international standards, all the materials shall be within the validity period,
COMPANY has the right to refuse Contractor to use any material which has expired. The API
standards should be put in the appendix -1.
a.3.2 CONTRACTOR shall ensure that there will be no substitution of mud materials unless
authorized by COMPANY.
a.3.3 CONTRACTOR shall run pilot test and quality test on drilling fluids products.
a.3.4 CONTRACTOR shall maintain adequate products stock to cover COMPANY normal and
emergency requirements.
a.3.5 CONTRACTOR shall confirm the material for treating loss circulation in oil pay zone shall
not cause any damages.

Page 4 of 25
CNOOC IRAQ LIMITED

a.3.6 CONTRACTOR shall submit the Packing list, invoice, TPI certificates, and C.O.O
(certification of origin) for their mud materials and additives, with detail of TPI mention in
the attachment and name list of TPI Companies to COMPANY for approval before usage.
The material, exclude hematite, which are regulated in API 13A, should follow API.
a.3.7 Contractor shall provide enough agent for anti-loss agent or anti gas migration like latex or
equal vents.
a.3.8 Contractor shall provide enough percent of inhibitor material for more inhabit shale and stable
well bore.
3 Technical Requirements
3.1 General Requirements
The selected drilling fluid systems described are only a guideline at this stage. Also, the mud
systems would comprise the principal mud system in each interval and will be altered in short
intervals on the base of actual hole condition.
CONTRACTOR is recommended to conduct professional study and research based on the
formation and gas components of the MISSAN Oilfield in order to select proper mud systems
and properties.
CONTRACTOR should offer complete drilling technical proposal which includes mud
formulation, lab testing results and procedures for each section.
3.2 Drilling Fluid Systems
CONTRACTOR shall design and provide the following water base drilling fluid systems.
3.2.1 Freshwater/Hi-VIS Sweep:
Freshwater/Hi-VIS Sweep is to be used while drilling through the 36”& 26” interval and this
section shall be designed to provide high gel strength for hole cleaning.
3.2.2 Polymer System or Inhibiter Type:
This system is to be used to drill the 16” interval
 This system should provide high efficiency for hole cleaning, preventing bit balling and
formation stability etc.
 This system should have the function of solving lost circulation.
 This system should prevent anhydrite contamination.
3.2.3 Organic Salt System or inhibiter salt saturated system:
This system is to be used to drill 12-1/4” interval
 This system should provide good rheology that YP is lower than 12 Pa in drilling activity
and PV is lower than 70 mPa.s when mud density gets to at least 2.30g/cm3.
 This system should provide inhibition, formation stability; prevent anhydrite and salt
contamination.
 This system should increase the ability of formation anti-pressure for preventing lost
circulation.
 This system should meet good quality thin cake and lubrication for preventing differential
pressure sticking.
3.2.4 Solid-free Mud System:
This system is to be used to drill 8-1/2” interval, 6” interval.
 This system shall provide inhibition, formation stability; prevent sloughing shale.
 This system shall increase the ability of formation anti-pressure for preventing lost
circulation.
 This system shall prevent contamination and corrosion from H2S and CO2 for Mishrif

Page 5 of 25
CNOOC IRAQ LIMITED

reservoir.
 This system shall meet good quality cake and lubricity for preventing differential pressure
sticking.
 This system shall prevent the reservoir from damaging; the permeability recovery should
be more than 85% at minimum.
3.3 Recommended Mud Properties:

For the Vertical wells of Mishrif-V

Properties 36″ 26″ 16" 12.25″ 8.5″

Hot rolled for 16h ★ ★ ★ 120℃ 140℃

Mud Weight (g/cm3) ★ ★ 1.1-1.30 2.2-2.28 1.10-1.25

Plastic Viscosity (mPa.s) ★ ★ ALAP ≤ 70 ALAP ALAP

Yield Point (Pa) ★ ★ 6~15 5-12 5~10

GEL 10″ / 10’ (Pa) ★ ★ 1~3/4~8 1~3/3~8 2~4/5~10

PH ★ ★ 9-10 9-10 10.5-11.5

Solids (%) ★ ★ 8-15 ≤48 ≤13

Sands (%) ★ ★ 0.5-1 ≤0.3 ≤0.3


API Fluid Loss (ml/30
★ ★ 10.0~6.0 <4 <3
min)
Cake thickness (mm) ★ ★ <1 <1 <1
Corrosion inhibitor
★ ★ ★ ★ required
(H2S&CO2)
Chlor (mg/L) ★ ★ 30000-100000 ★ 100000-190000

K+, mg/L ★ ★ 10000-24000 10000-20000 10000-30000

Oil % or lubricate required required required

For the horizontal wells of Mishrif-H

Properties 36″ 26″ 16″ 12.25″ 8.5″ 6″

Hot rolled for 16 Hr ★ ★ ★ 120℃ 140℃ 140℃

Mud Weight (g/cm3) ★ ★ 1.1-1.30 2.2-2.28 1.15-1.35 1.05~1.20


Plastic Viscosity
★ ★ ALAP ≤ 70 ALAP ALAP ALAP
(mPa.s)
Yield Point (Pa) ★ ★ 6~15 5-12 5~10 5~10

GEL 10″ / 10’ (Pa) ★ ★ 1~3/4~8 1~3/3~8 2~4/5~10 2~4/5~10

PH
★ ★ 9-10 9-10 10.5-11.5 9-10

Solids (%) ★ ★ 8-15 ≤48 ≤13 ≤13

Sands (%) ★ ★ 0.5-1 ≤0.3 ≤0.3 ≤0.3


API Fluid Loss
★ ★ 10.0~6.0 <4 <3 <3
(ml/30 min)
Cake thickness (mm) ★ ★ <1 <1 <1 <1
Corrosion inhibitor
★ ★ ★ ★ required required
(H2S&CO2)

Page 6 of 25
CNOOC IRAQ LIMITED

Chlor (mg/L) ★ ★ 30000-100000 ★ 100000-190000 100000-190000

K+, mg/L ★ ★ 10000-24000 10000-20000 10000-30000 10000-30000

Oil % or lubricate required required required required

For the deviated wells of Asmari-D


& For the Vertical wells of Asmari-V
Properties 36″ 26″ 16" 12.25″ 8.5″

Hot rolled for 16h ★ ★ ★ 120℃ 140℃


2.2-2.28 for V
Mud Weight (g/cm3) ★ ★ 1.1-1.30 2.2-2.35 for H and 1.10-1.25
D
Plastic Viscosity (mPa.s) ★ ★ ALAP ≤ 70 ALAP ALAP

Yield Point (Pa) ★ ★ 6~15 5-12 5~10

GEL 10″ / 10’ (Pa) ★ ★ 1~3/4~8 1~3/3~8 2~4/5~10

PH ★ ★ 9-10 9-10 10.5-11.5

Solids (%) ★ ★ 8-15 ≤48 ≤13

Sands (%) ★ ★ 0.5-1 ≤0.3 ≤0.3


API Fluid Loss (ml/30
★ ★ 10.0~6.0 <4 <3
min)
Cake thickness (mm) ★ ★ <1 <1 <1
Corrosion
★ ★ ★ ★ required
inhibitor(H2S&CO2)
Chlor (mg/L) ★ ★ 30000-100000 ★ 100000-190000

K+, mg/L ★ ★ 10000-24000 10000-20000 10000-30000

Oil % or lubricate required required required

Note:
1. Contractor shall provide the proper drilling fluid formula for each section, the chemical percentage such
as KCL should be provided, and the properties could be adjusted according to the downhole situation
under the approval by Company.
2. The mud properties of “★” shall be recommended by Contractor.
3. Contractor is required to displace new solid-free reservoir drilling fluid in 6″ open hole before POOH
for Completion.
4. The drilling fluid provided by Contractor shall be having the better properties to protect hole stability
for every sections.
5. The mud density for every section can be adjusted according to the actual situation.
6. Maximum value 191000 mg/L CL- is recommended to use in 8.5″section in order to control borehole
stability.

Page 7 of 25
CNOOC IRAQ LIMITED

3.4 The mud system properties will be inspected by CONTRACTOR Lab Testing Procedure and
Results, and witness by COMPANY Supervisor during the drilling works.

3.4.1 Laboratory Testing Condition

Hot-rolling temperature and time conditions:

Interval 12-1/4” 8-1/2” 6”


Hot-rolling: for 16 hours 120℃ 140℃ 140℃

3.4.2 Laboratory Testing Procedure

Recommendations

1. Mixer Single or Multi mixer with 3000, 4000, 6000,

8000, 10,000, 11,000, 12,000 rpm

2. Mixing volume 4 laboratory barrels (1400 ml)

3. Total mixing time 1 hour

4. Mixing speed 8,000 rpm during product addition and then 10,000
rpm for 1 hour mixing

5. Mixing Temperature Ambient


6. Order of addition
PRODUCT MIX TIME (min.) TYPICAL PRODUCTS AS EXAMPLE

…….

Notes:

 Products are added in the order above, and total mixing time is 60 minutes

 When more than one product is added from a product group, mix for the recommended
mixing time between each product addition.

 If mixing time for total product additions is less than the total mixing time, continue
mixing fluid after the last product addition until the total mixing time has been reached.

 Test all parameters after Hot-rolling 16 hr in different Mud system with different
temperature.

4 PERSONNEL

4.1 Personnel List of Drilling Fluid Service

CONTRACTOR shall provide technical expertise about drilling fluid service, materials,
quality assurance and laboratory service, including but not limited to the following
technical service representatives for one worksite.
CNOOC IRAQ LIMITED

Personnel Description Quantity Required Location


Coordinator 1 Operation base
st
1 Mud Engineer 1 Well-site
nd
2 Mud Engineer 1 Well-site

Note: CONTRACTOR shall provide a coordinator at operation base.

4.2 Personnel Requirement

4.2.1 CONTRACTOR shall provide a complete resume including historical data as MISSAN Oil
Fields formation relevant experience. Resumes for all personnel should be proposed to
COMPANY via bid.

CONTRACTOR should not make any change to these key personnel without COMPANY
approval.

4.2.2 Detail of personnel requirement is as following table:

1st Mud 2nd Mud Lab


Personnel Description Coordinator
Engineer Engineer Engineer
Time of this position (years) 8 5 5 10

Language Certificate

Health Certificate √ √ √
Well Control Certificate √ √ √ ★
H2S safety & survival training √ √ √ ★
English & Chinese ★ ★ ★ ★
English √ √ √ √
English & Arabic ★ ★ ★ ★

Computer, mud and office software √ √ √ √

Note:★: Preferred, √: Required

4.2.3 Drilling Fluid Coordinator shall be an “In-house” coordinator and provide technical support
to ensure full coverage of operations during pre-planning, drilling. Will be responsible for
the logistical supply of drilling fluids materials and be required to monitor drilling fluid
properties on a daily basis. This individual should have experience of drilling fluids. The
coordinator has experience with solids control equipment and is able to recommend
optimum shaker screen mesh and as well as the proper use of ‘mud cleaner’ and of
centrifuges.

4.2.4 All well-site personnel shall have current certificates required. A copy of the certificates
shall be delivered to COMPANY at least seven (7) days before commencement of the
drilling operation.

4.2.5 The Drilling Fluid Coordinator shall be available to COMPANY after award of the contract.
Commencement date should be agreed upon between COMPANY and CONTRACTOR.

4.3 Resume Format for CONTRACTOR’S Personnel

Page 9 of 25
CNOOC IRAQ LIMITED

Please refer to “ATTACHMENT 2: RESUME FORM” in “PROPOSAL CONTENTS AND


FORMS ATTACHMENT”

5 APPENDIXES

Appendixes 1, 2, 3, 4, 5, 6, referred to above, follow this SECTION.


Appendixes 1 Material List

API
Chemicals/Product Specification Unit
No. Place of origin Remark
s or another Size
standards
1. Bentonite API 13A
Required the
barite density
≥4.3 g/cm3 using
in anhydrite and
salt formation; the
API 13A (≥4.3
2. Barite minimum barite
g/cm3)
density with 4.2
g/cm3 is accepted
as API standard
for Upper Fars
section using.
3.

Note: Contractor should priority to procure the Iraqi origin material if available, as per the
instruction form Ministry of Oil.

Appendixes2 Estimated Mud Volumes

1- Horizontal well in Mishrif

Additional Volume
Estimated Estimated Total
Hole Size Open Hole (dilution, wash out,
Surface Volume Mud Volume
(inches) Volume (m3) safety, loss, etc)
(m3) Required (m3)
(m3)
36

26

16

12.25

8.5

Page 10 of 25
CNOOC IRAQ LIMITED

2- Vertical well in Mishrif

Additional Volume
Estimated Estimated Total
Hole Size Open Hole (dilution, wash out,
Surface Volume Mud Volume
(inches) Volume (m3) safety, loss, etc)
(m3) Required (m3)
(m3)
36

26

16

12.25

8.5

3- Deviated well in Asmari

Additional Volume
Estimated Estimated Total
Hole Size Open Hole (dilution, wash out,
Surface Volume Mud Volume
(inches) Volume (m3) safety, loss, etc)
(m3) Required (m3)
(m3)
36

26

16

12.25

8.5

4- Vertical well in Asmari

Additional Volume
Estimated Estimated Total
Hole Size Open Hole (dilution, wash out,
Surface Volume Mud Volume
(inches) Volume (m3) safety, loss, etc)
(m3) Required (m3)
(m3)
36

26

16

12.25

8.5

Page 11 of 25
CNOOC IRAQ LIMITED

Appendixes 4 Drilling Fluids Formulas

1- Horizontal wells in Mishrif

Hole Size (inches) Drilling Fluids Formulas

36

26

16

12.25

8.5

2- Vertical well in Mishrif

Hole Size (inches) Drilling Fluids Formulas

36

26

16

12.25

8.5

3- Deviated well in Asmari

Hole Size (inches) Drilling Fluids Formulas

36

26

16

12.25

8.5

4- Vertical well in Asmari

Hole Size (inches) Drilling Fluids Formulas

36

26

16

Page 12 of 25
CNOOC IRAQ LIMITED

12.25

8.5

Note: The chemical formula of each material should be submitted to COMPANY and
COMPANY shall save in confidential.

Appendixes 5 Drilling Fluids Materials Quantity Per Well

26" section drilling

Item Description Quantity Unit Remark

1. Barite
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

16" section drilling

Item Description Quantity Unit Remark

1. Barite
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

12-1/4" section drilling

Item Description Quantity Unit Remark

1. Barite
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

8-1/2" section drilling (Mishrif horizontal well)

Item Description Quantity Unit Remark

1. Barite
2. Additive 1
3. Additive 2
4. Additive 3

Page 13 of 25
CNOOC IRAQ LIMITED

5. Additive 4
6. ……

8-1/2" section drilling (Mishrif vertical well)

Item Description Quantity Unit Remark

1. Additive 1
2. Additive 2
3. Additive 3
4. Additive 4
5. ……
6. ……

6" section drilling (Mishrif Horizontal well)

Item Description Quantity Unit Remark

1. Additive 1
2. Additive 2
3. Additive 3
4. Additive 4
5. ……
6. ……

16" section drilling (Asmari deviated well)

Item Description Quantity Unit Remark

1. Additive 1
2. Additive 2
3. Additive 3
4. Additive 4
5. ……
6. ……

12-1/4” section drilling (Asmari deviated well)

Item Description Quantity Unit Remark

1. Additive 1
2. Additive 2
3. Additive 3
4. Additive 4
5. ……
6. ……
8-1/2” section drilling (Asmari deviated well)
Item Description Quantity Unit Remark

Page 14 of 25
CNOOC IRAQ LIMITED

1 Additive 1
2 Additive 2
3 Additive 3
4 Additive 4
5
6

8-1/2” section drilling (Asmari vertical well)

Item Description Quantity Unit Remark

1. Additive 1
2. Additive 2
3. Additive 3
4. Additive 4
5. ……
6. ……

END OF Exhibit”4-1”, Attachment 4 of Appendix A1

Page 15 of 25
CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4-
EXHIBIT “4-2”

CEMENTING SERVICE

FOR

DRILLING RIG AND ASSOCIATED SERVICES

FOR NEW TEN (10) WELLS


CNOOC IRAQ LIMITED
PART 1 – SCOPE OF WORK

1. SCOPE OF WORK
CONTRACTOR shall provide the Cementing Service and relevant additives that shall
include but not be limited to the following:
1) Cementing Engineering Service
2) Provision of Cementing Equipment
3) Provision of Cementing additives and cement
4) Provision of Casing Accessories (Including Liner Hanger System)
5) Cementing Crew & Other Supporting Personnel
6) Cementing Laboratory
CONTRACTOR shall be responsible for providing all equipment & tools, oil well cement,
additives, casing accessories, liner hanger personnel of cementing service to COMPANY.
Each shall remain available to COMPANY until the completion of operation.
CONTRACTOR shall be available to perform all work hereunder on a 24-hours day, 7-days
week basis when necessary. CONTRACTOR shall acknowledge the specific features
especially the salt bed formation and plastic shale shall be concerned.
2. GENERAL REQUIREMENTS
CONTRACTOR shall be required to meet the following basic requirements for each
cementing job:
 Provide qualified and experienced Cementing Crew together with required Cementing
Equipment and Facilities comply with the specific requirements.
 Provide Cementing Laboratory and Technical Support to ameliorate cementing program
approved by COMPANY. Specific requirements for testing capabilities in this Appendix
A shall be followed.
 Provide the Coordinator to be available at CONTRACTOR’S operation base in Iraq
Missan oilfield in order to provide technical support, planning, and coordination for the
cementing operations.
 Any of the Materials and Casing Accessories (include linger hanger) offered by
CONTRACTOR which do not meet COMPANY’S requirement will be rejected; all
casing accessories should be follow COMPANY’s requirement, such as using packer
with liner hanger, and using the rotating type of hanger, Setting liner hanger and
releasing the running tool shall be prior to pumping cement slurry, The centralizers
for 7" casing shall be rotating and spiral type, double seal for floating, the spiral type of
centralizers for 9-5/8" is recommended due to helping to get turbulent flow.
 Contractor shall submit the personnel qualification certificate of liner hanger service
engineers to Company for review and get approval prior to cementing operation.
 For pumping chart, Contractor should provide it as real time for mud pump and
Contractor should provide estimated design and actual in the same paper in the cementing
report, and duly analysis if any deviation happened.
 For cementing bond evaluation criteria: Contractor should provide the required cement
interval length for isolation for each casing size (Zone isolation based on Bond Index
with CBL or CBMT) to finish the disputed evaluation especially in the production zone.
CNOOC IRAQ LIMITED

 Contractor should provide blending method, calculation and blending equipment


calibration certificated.
2.1 CEMENTING ENGINEERING SERVICE
CONTRACTOR shall provide and maintain necessary equipment and tools (including
sufficient spare parts), personnel and technical support to perform the cementing, pumping,
stimulation, and down hole tool running service which shall be included, but not be limited
to:
 Primary Cementing
 All Pressure Testing including BOP, Choke and Kill Manifold, etc
 Formation Leak-Off Tests
 Plug-Back Cementing
 Squeeze Cementing
 Running Retrievable packers, Cement Retainers, Bridge Plugs, etc
 Pumping Jobs
2.2 LABORATORY SERVICE
CONTRACTOR shall maintain comprehensive laboratory facilities in the base to provide the
necessary capability for testing of cement slurries and additives as required and when
requested by COMPANY.
Laboratory shall be equipped with but not be limited to:
 Dual cell HP/HT Consistometer
 Atmospheric Consistometer
 HP/HT Fluid Loss Cell
 Curing Chamber and Carver Press for compressive strength test
 Fann Viscometer
 Channeling Analyzer
 UCA
 Gas migration analyzer
 Portable HP/HT Consistometer
 Water Bath
 BHCT Tester
 Others
Properties which must be tested and reported to COMPANY prior to the job are as follow:
 Mix Water Quality
 Thickening Time
 Compressive Strength
 Slurry Density
 Concentration of each Chemical required in Slurry
 Free Water
 Rheology
 Fluid Loss

Page 18 of 25
CNOOC IRAQ LIMITED

 Compatibility
 Settling Stability
2.3 INSTALL, UNINSTALL AND MAINTENANCE
CONTRACTOR shall be responsible for the install, uninstall and maintenance of Cementing
Unit and other Equipment provided by CONTRACTOR.
CONTRACTOR shall provide the latest calibrations reports and make calibrations for his
equipment every 6 months by qualified company/subcontractor.
2.4 PROVISION OF CEMENTING PERSONNEL
CONTRACTOR shall provide at its sole cost sufficient personnel including cementing
engineers, operators and any helpers/labors with the certificates of suitable for the
international oil field service requirements that are fully qualified to perform the WORK.
2.5 SUPPLY OF ADDITIVES
CONTACTOR shall provide COMPANY with the Additives listed herein on a consignment
basis in support of the WORK.
The availability of the following material is required, but not limited to:
 Accelerator
 Retarder
 Salt-resisting Fluid Loss Additives
 Dispersant
 Anti gas migration agent
 Strength Enhancer
 Antifoam Agent
 Anti-Corrosive Additives (for H2S and CO2)
 Microsphere
 Weighting agent
 Extender
 Silica flour
 Pre-flush agent
 Spacer agent
 Loss Circulation Materials
 Stabilizer
 Others
2.6 PROVISION OF REQUIRED DOCUMENTS (VERY IMPORTANT)
CONTRACTOR is required to submit the following documents in its Bid Documents:
 Computerized Cementing Program and related simulation curve for each interval.
 The capability evaluation test report for anti-corrosion of CO2, and H2S
 Copies of Slurry Test Reports which required in clause 4.2 CEMENTING SLURRY
REQUIREMENT of this part.
 Copies of the Specification and MSDS for all CONTRACTOR’s products.

Page 19 of 25
CNOOC IRAQ LIMITED

 Technology for solving loss circulation, stick pipe and other under surface accidents in
reservoir.
CONTRACTOR is required to submit the following documents in compliance with
COMPANY’S request from time to time during the performance of the WORK:
 Slurry Test Reports
 Pilot Test Reports as required by COMPANY
 Bulking and Blending Reports
 Specification and MSDS for all CONTRACTOR’s Chemicals
 Job Reports and cement chart
 Well Operation Reports
 Flow and pressure chart with time for every cement job
3. ADDITIVES REQUIREMENTS
3.1 CONTRACTOR shall duly supply and deliver cementing additives such as Chemicals to
COMPANY’s Operation Base or other designated places.
3.2 CONTRACTOR shall ensure adequate stock of Chemicals, specified herein which
COMPANY may require at any time for either programmed or emergency case.
3.3 All sack, drum and canned Chemicals/Products shall be palletized using pallets of sufficient
strength and covered with heavy duty polyethylene bag and banded for transportation, if
applicable.
3.4 All chemical material must mention on it: (name, origin, manufacture date and expire date)
in English.
3.5 Sacks and drums will bear manufactory’s logo, product name and quantity. Palletized
Chemicals/Products will bear manufactory’s logo on one side and product name and quantity
on four (4) vertical sides.
3.6 CONTRACTOR shall report periodically on the quantity of Chemicals/Products stocked to
COMPANY.
3.7 Upon COMPANY’s request, CONTRACTOR shall also perform the Bulk Handling &
Blending Services.
3.8 Oil-Well Cement provided under the CONTRACT shall conform to the latest revision API
standard accordingly. All Cement Additives provided under the CONTRACT shall conform
to the latest revision API standard or ISO standard or International standards, any Chemicals
offered by CONTRACTOR which is unacceptable by COMPANY will be rejected. All the
Additives shall be within the validity period, COMPANY has the right to refuse Contractor
to use any material which has expired.
3.9 CONTRACTOR will run Cement Pilot Tests which shall be also deemed integral part of the
WORK. All sampling and testing shall comply with the latest revision API standard
accordingly or\and manufacturing standards. The Test Report should be sent to COMPANY
as well.
3.10 Contractor’s material and additives, exclude hematite, should follow API if under API scope.

Page 20 of 25
CNOOC IRAQ LIMITED

4. TECHNICAL SPECIFICATIONS
4.1 Cementing Program
HOLE

VERTICLE
DEPTH (m)
CASING SLURRY

STAGE
SIZE TOP OF
CEMENT & Additives (REQUIRED) DENSITY

GHT
WEI
TYPE

CEMENT

SIZ E
(IN)

(IN)
(g/cm3)

(#) Cement Class “G″ + Additives can meet the requirement of good
36″ X-52 196.1PPF 30″ 1 30 1.90 TO SURFACE
cementing quality
Cement Class “G″ + Additives can meet the requirement of good
26″ K-55 94PPF 20″ 1 130 1.90 TO SURFACE
cementing quality
Cement Class “G″ +Additives can meet the requirement of good Lead slurry:1.5
16″ N-80 68PPF 13-3/8″ 1 2200 TO SURFACE
cementing quality Tail slurry:1.9
VM95HC
/VM110 Cement Class “G″ + Additives can meet the requirement of good TO 1600-
53.5PPF 1 2900 2.3-2.35
13CRSSH cementing quality 1900m
12 1/4″ 9-5/8″
C
Cement Class “G″ + Additives can meet the requirement of good
L80 47PPF 2 1500 2.3-2.35 TO SURFACE
cementing quality
95 1.90&1.90 TO TOP OF
Liner Cement Class “G″ + Additives can meet the requirement of good
Cr13SS/T 29PPF 1 TVD 1.90&1.50 as LINER
7″ cementing quality
8 1/2″ 95/25CR option HANGER

Remarks:

1. The cement slurry density and the top of cement will be adjusted according to the actual downhole situation.
CNOOC IRAQ LIMITED

2. 13-3/8” casing two stage cementing job as the optional based on the downhole situation and shall be approved by company.

3. Liner hanger shall ensure the suitable clearance for 9-5/8″ casing (53.5ppf).

4. Liner hanger must be rotated with special rotation centralizer during the job.

5. The cement slurry for 9-5/8″ casing cementing and 7″ casing cementing is recommended to divide into the tail and the lead with different thickening times accordingly.

6. Contractor shall provide the specialized running tools for the liner of 7″ VM95 13CRSS,7″ Super duplex 25CR and 9-5/8″ VM110 13CRSSHC

7. Low drag & low torque Casing centralizer is required for directional hole of 8-1/2″.

8. Company has the right to optimize the casing program according to the stock of casing materials, such as change the anticorrosion level of liner to super-13 Cr or

25CR.

9. The volume for the 1st of 9-5/8″ casing shall “as caliper+ for contaminated”, the detailed volume shall be specified in cementing program.

10. The volume for the 2nd of 9-5/8″ casing shall “as caliper+ for contaminated”, the detailed volume shall be specified in cementing program.

11. The volume for the 7″ casing shall “as caliper+ for contaminated”, the detailed volume shall be specified in cementing program.

12. For the requirement of DV using for 9-5/8″ casing, it is recommended to use the hydraulic and mechanical together stage tool (with packer) because of high mud

weight & high viscous mud in 12-1/4″ hole (anhydrite and salt formation), since it happened to fail opening the DV in the past drilling activities several times.

Page 22 of 25
CNOOC IRAQ LIMITED

Notice to Bidder: Bidders shall submit detailed Cementing Program which is established base on the basic drilling
information in ITT document, and stimulated with professional cementing software, the Cementing Program shall
be approved by COMPANY. Bidders are encouraged to submit its recommendation of Cementing Program to
COMPANY.
4.2 CEMENT SLURRY REQUIREMENT
4.2.1 30” Conductor
Tail slurry:
Cement : API Class “G”
Water type : Fresh water
Slurry Density : 1.90g/cm3
BHST : 40℃
BHCT : 36℃
T.T. : 2:00-3:00hrs
Compressive Strength (8hours): >500psi
4.2.2 20” Casing
Tail slurry:
Cement : API Class “G”
Water type : Fresh water
Slurry Density : 1.90g/cm3
BHST : 40℃
BHCT : 36℃
T.T. : 2:00-3:00hrs
Compressive Strength (8hours) : >500psi
4.2.3 13-3/8” Casing
slurry:
Cement : API Class “G”
Water type : Fresh water
Slurry Density : 1.50&1.90g/cm3
BHST : 80℃
BHCT : 70℃
T.T. (BHCT) : 2:30-3:30hrs
Compressive Strength (24hours) : >2000psi

4.2.4 9-5/8” Casing


1st stage cementing job:
Tail slurry
Cement : API Class “G”, silica flour
Water type : Salt under saturated mixed water
CNOOC IRAQ LIMITED

(18%NaCl)
Slurry Density : 2.3-2.35 g/cm3
BHST : 94℃
BHCT : 72℃
T.T. : 3:30-7:00hrs
Free Fluid : <1.25ml
API Fluid Loss : <50ml
Compressive Strength (24hours) : >2000psi
2nd stage cementing job:
slurry:
Cement : API Class “G”
Water type : Fresh water
Slurry Density : 2.3-2.35g/cm3
BHST : 70℃
BHCT : 52℃
T.T. (BHCT) : 3:00-4:00hrs
Compressive Strength (24hours) : >2000psi

4.2.5 7" Liner


Cement : API Class “G”, silica flour
Water type : Fresh water
Slurry Density : 1.50&1.90 g/cm3
BHST : 125℃
BHCT : 107℃
T.T. : 4:00-5:00hrs
Free Fluid : 0ml
API Fluid Loss : <30ml
Compressive Strength (24hours) : >2000psi

4.2.6 Plug and Abandonment


Cement plug slurry requirement of each section shall be same as the casing cementing job of each section.
CONTRACTOR is required to provide its slurry test reports in its bid document as the requirement above.
COMPANY reserves the right to inspect the slurry properties submitted by CONTRACTOR.
CNOOC IRAQ LIMITED

PART 2 – EQUIPMENT AND ADDITIVES


1. GENERAL REQUIREMENTS
1.1 CONTRACTOR shall be responsible for the transportation of all Equipment and Additives to COMPANY’S
Operation Base or other place where shall be the Mobilization Completion Point, including all consumables,
spare parts and equipment for replacement when required during the term of the CONTRACT.
1.2 CONTRACTOR shall ensure that the equipment packed to enable efficient loading and unloading operations
for transportation.
1.3 CONTRACTOR shall provide COMPANY all of its equipment specification and certificates.
1.4 The country of origin of casing accessories and liner hanger shall be as per Missan Oil COMPANY’s
requirements and instructions, including USA, Japan, Canada, and West Europe, or other countries which
could be approved by Missan Oil COMPANY, CONTRACTOR shall submit certificate of origin, TPI
certificate, Invoice, Package list, API Certificate or/and ISO Certificate, Product specifications, Product
operation procedure for liner hanger. The TPI COMPANY shall follow the regulation from Missan Oil
COMPANY and Iraqi Ministry of Oil, only allowed SGS, Intertek Global, TUV Rheinland, Rina, Al-Rookal
Co. for Engineering Inspection Ltd. and Bureau Veritas.
1.5 CONTRACTOR shall provide the associated casing accessories as mentioned in the Responsibilities Matrix
of item 3.6 for this project, the technical requirement of them shall meet COMPANY requirement in tender
documents.
1.6 The technical specification and introduction for the associated casing accessories from COMPANY are
attached as following-COMPANY CASING ACCESSORIES.
1.7 CONTRACTOR shall submit the Origin Certificate (stamped by Iraqi embassy), TPI Certificate, invoice,
package list for all cementing additives material and cement.
1.8 The material for chemical washer must high efficiency to clean the mud cake in 12.25” hole section and
CONTRACTOR must provide the technical report about this effective for this material.
1.9 Cement and additives for treating loss circulation in oil pay zone shall not cause any damages.
1.10 CONTRACTOR shall provide the cementing software, and the software name and details shall be provided.
1.11 CONTRACTOR shall have back-up for liner hanger and casing accessories to meet the need of emergency.
1.12 CONTRACTOR shall have sufficient and qualified cement resource for operation immediately if
COMPANY requires CONTRACTOR to provide cement.
1.13 CONTRACTOR shall provide technology for solving high pressure salt water in the Lower Fars formation,
loss circulation, other under surface accidents in reservoir during cementing, and CONTRACTOR shall be
responsible for all losses and accidents happened under surface.
2. EQUIPMENT REQUIREMENTS
2.1. The unit quantity of cementing shall be no less than two (2) sets with all related equipment.
2.2. Twin triplex cementing pump, twin diesel powered unit with automatic re-circulating cement mixer and two
(2) 10 bbl displacement tanks. Output of triplex pumps not less than 8 bbl per minute @ 500 psi. The
minimum working pressure is 10000 psi.
The unit shall be equipped with:
Pressure recorders (double pen, 0-10000psi, 4 hr chart)
Automatic density control system
Data acquisition system (include pump rate, volume, pressure, density, etc.)
Pressure relief safety valve
2.3. Steady-flow surge tank, pressurized, to deliver continuous flow of cement to the recirculation mixing system.
CNOOC IRAQ LIMITED

2.4. Three bulk cement silos c/w dust separator and capture for each cementing unit, which total capacity should
be not less than 150 m3.
2.5. One (1) set of air compressor for each cementing unit.
Besides cementing unit, CONTRACTOR shall supply others equipment listed below, which will be available
onsite as required.
2.6. Batch mixer, diesel powered or electrically driven, with 16-25m3 capacity complete with centrifugal pumps
and agitators for slurry density up to 2.40g/cm3.
2.7. Mixing water tank, with 40-60m3 capacity complete with centrifugal pumps and agitators.
2.8. 89mm Stab in adapter for 20”/30” stab-in cementing job.
2.9. 13-3/8”, 9-5/8” Cementing head with quick-latch-on coupling (Thread type connection please refers to
drilling program), c/w WP 10,000 psi manifold.
2.10. 13-3/8”, 9-5/8”, 7” circulating swage, with quick-latch-on coupling (Thread type connection please refers
to drilling program).
2.11. 7” Liner hanger system.
2.12. 7” Liner cementing head.
2.13. Balloon centralizers for stab-in cementing job.
2.14. Retrievable packer and bridge plug setting tool or adaptor to be run on drill pipe and on wire line in 9-5/8”,
7” casing.
2.15. Running tools for 9-5/8”, 7” Bridge Plugs and retainers.
CONTRACTOR shall provide and maintain all of above listed cementing equipment.
3. SPECIFICATIONS OF CONTRACTOR’S EQUIPMENT AND MATERIALS

3.1 Cementing Materials


Place of
Item Description Specifications Code Packing
Origin
1. Cement
1
2. Extender
2(as appropriate)
1
3. Silica Flour
2(as appropriate)
1
4. Accelerator
2(as appropriate)
1
5. Microsphere
2(as appropriate)
Strength 1
6.
Enhancer 2(as appropriate)
1
7. Retarder
2(as appropriate)
Salt-Resisting 1
8. Fluid Loss 2
Additives 3(as appropriate)
1
9. Dispersant
2(as appropriate)
CNOOC IRAQ LIMITED

Antifoam 1
10.
Agent 2(as appropriate)
Weighting 1
11.
Agent 2(as appropriate)
Pre-Flush 1
12.
Agent 2(as appropriate)
1
13. Spacer Agent
2(as appropriate)
Anti-Gas 1
14. Migration 2
Additives 3(as appropriate)
Anti-Corrosive 1
15. Additives (for 2
H2S and CO2) 3(as appropriate)
Lost 1
16. Circulation
Materials 2
17. Others (as appropriate)

3.2 Cementing Materials Quantity per well

30” Conductor cementing

Item Description Quantity Unit Remark


1. Cement
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

20” Casing cementing

Item Description Quantity Unit Remark


1. Cement
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

13-3/8” casing cementing


Quantity for First Quantity for Second Unit
Item Description Remark
stage stage
CNOOC IRAQ LIMITED

1. Cement
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……
9-5/8” casing cementing
Quantity for First Quantity for Second Unit
Item Description Remark
stage stage
1. Cement
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

7” liner cementing

Item Description Quantity Unit Remark


1. Cement
2. Additive 1
3. Additive 2
4. Additive 3
5. Additive 4
6. ……

Remarks:

1. The quantity of each material shall be included the emergency (about 10% of total quantity) accordingly.

2. The unit of quantity shall be the same with unit in the quotation form.

3.3 List of Proposed Equipment

Item Descriptions QTY Unit Remark

1. Mounted Cementing Unit with WP 10000PSI


CNOOC IRAQ LIMITED

Two high pressure pumps driven by two independent


diesel engines with an independent diesel storage and
independent engine start up
Unit is capable of mixing and pumping slurry
continuously into a batch mixer to homogenize the
slurry prior to pumping down hole
Automatic density control mixing system with full
manual backup in the event of failure.
HP and LP back up cement mixing systems for use in
case of primary mixing equipment failure.
Martin Decker chart recorder for pressure monitoring 0-
10000psi

2 each pressure gauges with a range of 0-1000 psi, 0-


3000psi, 0-10000psi.

Hopper and cement surge tank with weight indicator

Re-circulating mixer (25 bbls minimum)


One complete set of chiksan loops (30meter)
WP.10000PSI
Pipes and connection for top fill job

Automatic computerized data acquisition/monitoring


system to record as a minimum: pressure, pump rate,
cumulative volume pumped and density.
Ability to measure and record on computerized
monitoring system density of fluids being pumped
through the HP cement line to the rig floor
2. Batch Mixer
Batch mixer, which is driven by one diesel engine.
Capacity:16-25m3, Further details as below:

Capable of mixing slurry with SG up to 2.40

Two tank (compartment)

3. Cement Bulk silo


Three silos or more with capacity 40-50 m3 respectively,
also with venting line, airing line, transfer cement hose
per rig
4. Air compressor
Compressor which is driven by a single diesel engine
with a 1.5m3 air storage tank and a drier

5. Water supply pump


CNOOC IRAQ LIMITED

A 3”×4” water pump which is driven by a single diesel


engine or equivalent

6. Water tank
At least three Water tanks ,capacity 30-50 m3,which is
equipped with two agitators and one centrifugal
pump ,is used for preparing mixing water

7. 89mm Stab in adapter for 20”/30”stab-in cementing job

13-3/8”, 9-5/8” Cementing head with quick-latch-on


8 coupling (Connection type please refer to Drilling
Program), c/w WP 10,000 psi manifold
13-3/8”, 9-5/8”, 7” circulating swage, with quick-latch-
9 on coupling (Thread type connection please refer to
Drilling Program)

10 13-3/8”, 9-5/8”, 7” circulation crossover with 410BOX

Liner cementing head and running tools for 7” liner


11
hangers

12 Balloon centralizers for stab-in cementing job

Cement Retainer Running Tools or adaptors to be run on


13
drill pipe and on wire line in 9-5/8”, 7” casing.

14 5” Drilling pipe circulation head

3.4 List of Proposed Laboratory Equipment

Item Description Unit QTY Remark

1. Dual cell HP/HT Consistometer


2. Dual cell HP/HT Strength Curing Pot
3. Atmospheric Consistometer
4. HP/HT fluid loss cell
5. Curing chamber and Carver Press for compressive strength test
6. Fann viscometer
7. UCA
8. Gas migration analyzer
9. Portable HP/HT Consistometer
10. Channeling Analyzer
11. Erodibility Cell
CNOOC IRAQ LIMITED

12. BHCT Tester


13. Others not list above

3.5 Cementing Casing Accessories

The country of origin of casing accessories and liner hanger will be as per Missan Oil Company’s requirements
and instructions, including USA, Japan, Canada, and West Europe, or any other countries which may be approved
by Missan Oil COMPANY, and shall submit certificate of origin, TPI certificate, Invoice, Package list, API
Certificate, ISO Certificate, Product specifications, Product operation procedure for liner hanger. The TPI
COMPANY will follow the regulation from Missan Oil COMPANY and Iraqi Ministry of Oil, only allowed SGS,
Intertek Global, TUV Rheinland, Rina, Al-Rookal Co. for Engineering Inspection Ltd. and Bureau Veritas.

Place of
Item Description Unit QTY
origin
1. 30” Stab-in Float shoe, square cutting, 196.1#, X52 Ea
2. 20” Stab-in Float shoe, BTC, 94#, K55PDC Drillable Ea
3. 20”*26” Centralizer, Bow Spring Type Ea
4. 13-3/8”*16" Centralizer, Rigid Type Ea
5. 13-3/8”*16" Centralizer, Bow Spring Type Ea
6. 13-3/8”*16" Centralizer, Double Bow Spring Type Ea
7. 9-5/8”*12-1/4” Centralizer, Bow Spring Type Set
8. 9-5/8”*12-1/4” Centralizer, Double Bow Spring Type Set
9. 9-5/8”*12-1/4” Centralizer, Rigid Type (spiral is recommended) Set
10. Stop Collar for 20” Centralizer Ea
11. Stop Collar for 13-3/8” Centralizer Ea
12. Stop Collar for 9-5/8” Centralizer Ea
13. Stop Collar for 7” Centralizer Ea
7”* 8-1/2” Centralizer, shall be suitable type for rotated liner
14. Set
hanger
15. 13-3/8” Float shoe, BTC, 68#, N80, PDC Drillable Ea
16. 13-3/8” float collar, BTC, 68#, N80, NR, PDC Drillable Ea
9-5/8”Float shoe with side jets (double seal floating valve),
17. “VAM21, 53.5#, VM 95HC (special drift ≥8 1/2in)”, PDC Set
Drillable
9-5/8” Float collar, “VAM21, 53.5#, VM 95HC (special drift ≥8
18. Ea
1/2in)”, NR, PDC Drillable,
“7inch VAM21, 29#, VM95 13CRSS ” Liner Hanger System
with packer, and extendable type is recommended.
19. Set
(L80 as option), its maximum OD is recommended 206mm for 9-
5/8” casing with 53.5ppf , the rotation type is recommended.
“7inch TSHBLUE, 29#, T95” Liner Hanger System with packer,
and extendanable type is recommended.
20. Set
its maximum OD is recommended 206mm for 9-5/8” casing with
53.5ppf , the rotation type is recommended.
“7inch TSHBLUE, 29#, Super duplex 25CR” Float shoe with side
21. Set
jets and double seal floating valve, PDC Drillable
“7inch VAM21, 29#, VM95 13CRSS ” Float shoe with side jets
22. Set
and double seal floating valve, PDC Drillable
“7inch VAM21, 29#, VM95 13CRSS ”Float collar, PDC
23. Ea
Drillable
CNOOC IRAQ LIMITED

(L80 as option)
“7inch TSHBLUE, 29#, Super duplex 25CR” Float collar, PDC
24. Ea
Drillable
25. 13-3/8” Casing Plug Set, top and bottom, NR, PDC Drillable Set
26. Thread Lock Compound Box
9-5/8” Stage collar with packer, VAM21, L80, 47#, hydraulic
27. Set
and mechanical together is recommended

Any extra accessories over than what mentioned in the table or don’t run in the well the company will deduct the
cost from the contract price.
Ream float shoe, low drag centralizer are prefer in above form list.
9-5/8"CSG accessories :FS, FC should be high collapse.
Company will confirm the final well structure based on the casing stock before contact date or enough duration
before spudding date so that Contractor could purchase the matched casing accessories accordingly.
The Connection Thread of casing accessories and liner hanger shall be final confirmed by Company to match with
the casing before Contractor purchase them.
Host casing for liner hanger is recommended to be suitable from 47ppf to 53.5ppf of 9-5/8 casing, Contractor should
make a market survey to confirm the feasibility of this recommendation.
All casing accessories should follow COMPANY’s requirement, such as using packer with liner hanger, and using
the rotating type of hanger, setting liner hanger and releasing the running tool shall be prior to pumping cement
slurry.
The contractor shall provide suitable tie back for 7" for emergency case.

PART 3 – PERSONNEL REQUIREMENT


1. CONTRACTOR’S PERSONNEL
1.1 GENERAL
CONTRACTOR shall furnish as minimum the number of Personnel when need as listed below, having the
qualifications as specified.
Onsite Cementing Crew normally consists of one (1) Cementing Engineer, one (1) Cementing Operator and
one (1) Helper.
The basic information of the Cementing Crew and Support Personnel was stated as follows:
Years of experience on
No. Name Position Age Nationality
related position
Coordinator
Cementing Engineer
Cementing Operator
Cementing Helper
Lab Technician
Others
1.2 RESPONSIBILITIES OF CEMENTING CREW
The responsibilities of the cementing crew shall include the following:
 Onsite preparation of pumping and mixing equipment, cementing head, etc. Work closely with rig
personnel to obtain optimum efficiency and safety in preparing cementing equipment.
CNOOC IRAQ LIMITED

 Conduct pre-job safety inspections of cementing equipment. Perform regular maintenance on all
cementing associated equipment. Properly document maintenance and repair work to insure continuity
during crew change.
 Provide proper supervision and training of rig personnel in regard to the potential hazards involved with
cement, cement additives, and high pressure cementing operations.
 Perform Cementing Service as Cementing Design.
 Provide Job Reports and Records to COMPANY’S Representative.
 Update inventories of cement, chemicals on rig and propose materials plan for the upcoming operations.
2. PERSONNEL QUALIFICATION
CONTRACTOR’s personnel shall have the knowledge of COMPANY’s related rules and regulations. And
the basic requirement for CONTRACTOR’S Personnel is as follow:

Cementing Cementing Lab


Personnel Description Coordinator
Engineer Operator Technician

Experience in this position (years) 5 5 5 10

Health Certificate √ √ √ √
Certificate

Well Control Certificate √ √ ★ ★

H2S safety & survival training √ √ ★ ★

English & Chinese ★ ★ ★ ★


Language

English √ √ √ √

English & Arabic ★ ★ ★ ★

Computer, cementing and office software √ √ √ √

Note: ★: Preferred
Notice to Bidder: Bidder shall submit in the Bid Proposal the proposed Personnel’s resumes and required
Certificates in the form stated in Exhibit A-2 of APPENDIX A.

3. PERSONNEL REQUIREMENT
3.1 COORDINATOR
CONTRACTOR shall maintain at least one (1) qualified technical representative as Coordinator, whom shall
have more than ten (10) years of oil field experience in cementing service and can fluently communicate in
English, in order to liaise with and advise COMPANY on all matters pertaining to the WORK during any
ongoing operations.
3.2 CEMENTING ENGINEERS
The Cementing Engineers proposed by CONTRACTOR shall have more than five (5) years of oil field
experience in cementing service, and should be fully qualified to perform the work including all cementing
calculations, tool services, running retrievable packers and lab test onsite by himself.
CNOOC IRAQ LIMITED

3.3 CEMENTING OPERATORS


Cementing Operators shall have more than five (5) years of oil field experience in cementing equipment
operation.
3.4 LAB TECHNICAN
CONTRACTOR shall provide a highly qualified Laboratory Technician to design and test the optimum
cement slurries according to the well conditions. The Laboratory Technician is required to run quality control
tests on the cement and cement additives to ensure that meet the required specifications.
The Laboratory Technician must works in the CONTRACTOR’S laboratory during the performance of the
WORK.
END OF Exhibit ”4-2”, Attachment 4 of Appendix A
CNOOC IRAQ LIMITED

APPENDIX A - ATTACHMENT 4- EXHIBIT “4-3”

MUD LOGGING SERVICE

FOR

DRILLING RIG AND ASSOCIATED SERVICES

FOR NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

CONTRACTOR shall provide the complete set of Mud logging equipment & system, including all qualified
mud logging personnel.
1. Scope of Work
Scope of work shall include, but not limited to the following:
(a) To provide Standard Mud logging Service.
(b) To provide Real Time Hydrocarbon Show Evaluation.
(c) To provide Real Time Data Integration and Transmission.
(d) To provide Accurate Kick Detection Service and Real time Formation Pressure Evaluation.
2. Service Requirements
2.1 Standard Mud Logging Service Requirements
The parameters shall be continuously measured and/or calculated. They are to be recorded digitally and on paper.
All records shall be stored in two digital data bases, one where data will be indexed to the measured depth and the
other database in which data will be indexed to time.
COMPANY‘s requirements for measuring flow rate are by the use of ultrasonic type or equivalent for flow out and
by calculated mud pump output for flow in.
Depth and ROP shall be measured by an encoder system. Other systems should only be used as back-up.
Rigorous and regular maintenance and calibration of the sensors and the data acquisition systems shall be applied
in observance with CONTRACTOR’s procedures, and with the approval of COMPANY’s representative.
(a). Measurements and calculation of parameters
 Continuous detection of gas in the mud
 Total gas.
 Chromatographic gas analysis.
 Detection and quantification of H2S
 Continuous detection of ambient gases
 Detection and quantification of CO2.
 Detection of explosive ambient gases.
 Monitoring of drilling and mud parameters
 Depth Control:
- Instantaneous & Cumulative depths: measured (TMD), vertical (TVD) and lagged
(lag depth).
 Drilling Parameters:
- Hook Load.
- Differential hook load: Drag & Over pull.
- Hook position in the drilling mast.
- Rate of penetration: instantaneous & averaged with units of m/hr and min/m.
- Weight on bit.
- Bit position (while tripping).
- Rotary speed: Top Drive and/or Rotary Table and/or Bit.
- Rotary Torque: Top Drive and/or Rotary Table.
- Drill stand counter.
- Trip (in & out) speed.
 Mud and Pit parameters:
- Mud weight: In & Out.
- Mud temperature: In & Out.
CNOOC IRAQ LIMITED

- Mud flow In & Out and calculation of differential in mud flow (gains & losses)
- Measure individual mud pit volumes (for all pits including trip tank(s)) and calculate
cumulative actual & differential volumes
- Pump(s) strokes and calculation of mud flow in
- Monitor cementing parameters, volume pumped & displaced and pumping pressure
 Pressure control:
 Stand pipe pressure.
 Annular pressure.
 Kill line pressure.
 Leak off test and formation integrity test pressure.
 Cement pumping pressure
(b). Data
All data, both depth and time-based, shall be stored and readily retrievable by the COMPANY.
 “Updating” of the various logs and data, with indication of depth, calibrations and any
relevant annotations. Scales used shall be clearly stated on each chart.
 Preparation of well completion forms and documents as instructed by COMPANY
representative.
 Preparation of “mud logging” reports, prints, etc.
2.2 Real Time Data Delivery Service
The CONTRACTOR shall provide a system to deliver real-time drilling and geological data using a secure
Internet based platform. The system shall be able to deliver all the data gathered at WELL SITE. The system
shall be customizable providing the ability to create logs, screens and charts. The COMPANY shall approve
all access, with the ability to vary levels of data access for all users who should be approved by COMPANY.
COMPANY’s authorized users shall have the possibility to download the well data at anywhere. All the
servers shall use Wits ML as communication protocol.
2.3 Real time Hydrocarbon Bearing Formation Evaluation
Integration of Drilling, Lithology, Gas and Oil/Gas on mud ditch, CONTRACTOR shall provide real time
hydrocarbon bearing formation evaluation, including but not limited the following:
(a) Identification the origin of gas in mud (Formation gas, Produced gas, Recycled gas,
contamination Gas, trip gas, connection gas, etc.).
(b) Identification different pay zone location and formation fluid characters while drilling.
(c) Create formation gas signature when drilling and identify formation fluid contact locations.
(d) Estimating Reservoir characters while drilling, including cap rock efficiency, reservoir exit
zone, connectivity study with adjacent well information.
(e) Automatic identification gas compositional change and interpretation the origins.
(f) Multi well analysis and comparison.
(g) Making the gas analysis plot with other hydrocarbon show information and updating daily.
(h) The report and plot will be provided by requiring from COMPANY, and handed in with final
well report.
2.4 Real-time Pressure Evaluation and Early Kick Detection Service.
CONTRACTOR shall perform complete geo-pressure analysis service, the service should include at least:
(a) Kick control
 Controlling well filling/mud return during trips, run in casing, electrical logging, etc.
 Immediate detection of drilling breaks,
CNOOC IRAQ LIMITED

 Detection of invading fluids,


 Calculation of formation pressure and advice required mud types and weights,
 Calculation of maximum tolerable pressures
(b) Pressure control
 Detection of pressure losses,
 Calculation of ECD (Equivalent Circulating Density),
 Optimization of mud hydraulics at bit
 Calculation of swab and surge effects,
 Gathering of all relevant data during LOT (Leak Off Test) or FIT (Formation Integrity Test),
 Continuous observation for early detection of mechanical failures in mud pumps, drill
string,
 Kick tolerance determination.
3. Personnel Requirements
The CONTRACTOR must supply a pool of possible candidates that will most likely be put forward for the
Work. CONTRACTOR shall provide up-to-date resumes and valid certificates of all CONTRACTOR
Personnel to be kept on file with the COMPANY. Each mud logging crew should arrange 6 person, 2 data
engineers, 2 mud loggers, 2 sample catchers.
(a) Data Engineer
The data engineer should have at least more than 8 years working experience, a diploma/degree in
petroleum technology /geology or an equivalent combination of training and experience. Data engineer
must be English speaking and have the ability to maintain and service the wide array of sensors on well
site.
(b) Mud Logger
The mud logger should have at least 5 years mud logging experience, and a degree/diploma in geology or
an equivalent combination of training and experience. Mud logger must be English speaking.
(c) Sample Catcher
Each sample catcher must be a high school graduated with a basic knowledge of the work. The
CONTRACTOR must be able to supply extra sample catchers that may be required during periods of fast
drilling.
(d) Data Transmission Engineer
The data transmission engineer should have a more than 5 years similar working experience, a
diploma/degree in petroleum technology and geology or an equivalent combination of training and
experience. Has the ability to maintain and service transmission data. Data Transmission Engineer must be
English speaking.
4. Equipment requirements and specifications
4.1 Mud Logging Unit – General Specifications
The unit shall be equipped as follows:
(a) ML Unit with acquisition & data processing section.
(b) The mud logging system of ALS-3 & Well Wizard is strong recommended, and the latest software
version of mud logging is requested.
(c) Unit shall utilize a data storage system and equipped with emergency power that minimizes data loss
in the event of a drilling rig power failure.
(d) A safety barrier system shall be installed on external equipment to render it intrinsically safe.
(e) Smart hydrocarbon detector with automatic alarm and unit shut down system.
CNOOC IRAQ LIMITED

(f) Intercom tied to rig system.


(g) Airlock / Escape hatch / Cable MCT entry.
(h) Fire extinguishers & First aid kit.
(i) The unit shall be pressurized and air-conditioned. Air for pressurization system shall be taken a safe
distance from shaker area. All piping for the system shall be furnished by the CONTRACTOR.
(j) Inside the unit, the equipment shall be modularly packaged. Individual standard panels shall be rack
mounted to permit front access for calibration and service.
(k) The unit shall have adequate storage space for replacement parts and supplies.
(l) Adequate working space shall be provided for the COMPANY’s geologist. This working space will
include:
 Space for COMPANY’s attachments.
 Drawers for storage of supplies, references, and acquired information.
 Laboratory seat or chair.
4.2 Monitoring Equipment
A gas monitoring system (independent from existing sensors on the Drilling rig) shall be supplied for the
analysis of various gasses as follows:
(a) Total hydrocarbon detector with output to recorder, alarm and computer.
(b) Gas chromatograph for automatic and continuous cyclic gas analysis of the hydrocarbons C1 to C5
and for detection of acetylene or other material for lag calculations.
(c) Continuous analysis at surface of the fluid extracted from mud providing an evaluation of down hole
formation fluid characteristics.
(d) Fully volumetric automatic powered degasser. This degasser must allow extracting the gas from a
constant volume of mud per unit of time, thus allowing use of gas data for formation evaluation
purposes. (In the interpretation process, the gas data must not be affected by mud flow variations).
(e) Hydrogen sulphide detector at the following proposed locations with output to an alarm and recorder:
 Gas line to Mud Logging unit
 Shale shakers
 Pits
 Drill floor and bell nipple
 Carbon dioxide detector with output to meter and recorder
The mud monitoring system shall automatically and continuously measure (independent from any existing
Drilling rig sensors) and display parameters with the following equipment:
 Mud weight in and out sensor.
 Mud temperature in and out sensor.
 Mud flow in and out.
 Mud resistivity in and out sensor.
 Pit Volume Totalizer (PVT) – A microprocessor system designed to monitor up to 12 pits in any
configuration with CRT display and audio/visual, high/low alarms.
The drill monitoring system shall include equipment that shall automatically measure (independent from
Drilling rig sensors) and display the following:
 Weight on bit
 Hook load
 Rotary torque
CNOOC IRAQ LIMITED

 Rotary speed
 Standpipe pressure
 Casing pressure
 Block or hook height (motion compensated measurements in feet or meters)
4.3 Geological equipment
The following equipment shall be provided to support normal formation evaluation service:
(a) Geological unit.
(b) Binocular Zoom (10×30) Microscope with fiber optic light sources.
(c) UV Fluoroscope (wavelength 250-330nm, Power ≥16 W).
(d) Sample drying oven.
(e) Geological Equipment & Chemicals (Material Safety Data Sheet – MSDS – provided).
(f) Calcimeter (Manocalcimeter, Auto-calcimeter etc.).
(g) One set of samples processing trays to include three (3) sets of 8、32 and 110 mesh sieves, cutting trays
and other miscellaneous equipment & accessories related to cuttings description.
(h) Miscellaneous glassware and chemical / reagent for geologic examination of drill returns and oil
detection.
(i) Grain size charts / color charts.
(j) Shale density kit.
4.4 Gas Detection System
Gas Detection system should consist of:
(a) Fully volumetric automatic powered degasser. This degasser must allow extract the gas from a constant
volume of mud per unit of time, thus allowing use of gas data for formation evaluation purposes. (In the
interpretation process, the gas data must not be affected by mud flow variations).
(b) Total Hydrocarbon Detector 0-100% (0-1000000 PPM).
(c) Fast and Quantity Gas Chromatograph (C1 to C5 within 50 seconds, 0-100% or 0-1000000 PPM).
(d) H2S Detection (Solid state 0-100 PPM) with at least five (5) sensors and alarms.
(e) H2S portable detectors.
(f) CO2 Detection.
All gas readings will be directly input in percentage (or PPM), displayed on monitors and work stations and alarmed
(Hi / Lo). Gas ratios will be recorded and displayed.
4.5 Sensors & Data Acquisition
CONTRACTOR shall provide needed sensors to acquire and compute all drilling, mud and pressures related
parameters with continuous recording and output on color recorders / printers & digital display on color monitors.
4.6 Data Processing equipment
Data Processing equipment shall provide direct network communication between mud logging unit and
COMPANY network by TCP/IP protocol, and/or real time data exchange with third parties (e.g. Mud, Wireline
logging, MWD/LWD) through WITS standard.
All computers should be interconnected through a local network, LAN, giving instant access to complete database
on server from all stations.
4.7 Computer System and Software
(a) Real Time Data
The mud logging computer system shall be latest Version of logging System and be able to monitor and
record all real time sensor data while allowing the simultaneous running of applications software.
CNOOC IRAQ LIMITED

The CONTRACTOR will supply as part of the basic mud logging package:
 One (1) monitor in the COMPANY office.
 One (1) monitor in the geologist’s office.
 One (1) explosion-proof drill floor monitor.
 One (1) monitor in the drilling office.
(b) Computer Programs
A package of computer programs to assist both the engineer and geologist at the well site should include,
but not be limited to, the following:
 Basic parameter entry
 Curve fitting
 Swab and surge analysis
 Bit hydraulics optimization
 Full kick analysis
 Fracture gradient analysis
 Overburden gradient analysis
 Deviation survey analysis
 Full down hole and annular hydraulics analysis
 Chromatograph gas ratio plotting
 Ton-mile calculation
The CONTRACTOR shall be able to cross-plot all recorded parameters against depth or each other in
conjunction with best-fit curve programs.
(c) Engineering analysis
Full set of drilling engineering and geological evaluation application software, should include (but not
limited to):
 D-Exponent over pressure analysis.
 Overburden / Fracture Gradient analysis.
 Hydraulics – Bingham and Power Law.
 Swab / Surge.
 Drilling Bit optimization.
 Bit Performance (in API format) and cost per meter.
 Kick Control (Well Kill program).
 Deviation Survey Analysis.
 Gas Ratio analysis and Plots.
 Casing Plots.
 User Format Plot Making Program.
 Programming of historical (playback) and current data output to remote monitors as required.
All programs may operate in interactive mode to allow on-screen simulation. Outputs generated on graphic
printers and/or files.
(d) Database
All Mud Logging parameters (acquired and calculated) should be stored in a Database under designed format.
 The data may be exported and provided to COMPANY in the required format.
 Mud logs may also be transmitted to the COMPANY office via graphic file in either TIF or PCX
and PDF format.
 Database may be accessed via the LAN from any client workstation connected to the server. Data should
CNOOC IRAQ LIMITED

remain constantly available for playback and computation via engineering and/or geological applications
in workstation.
 Non Mud Logging data such as Wireline Logs and/or MWD may be imported either in real time in
database under WITS format or per batch (file import). Any data may equally be exported to third party
in real time under the same WITS format.
(e) Data display Devices
 Graphic and/or alphanumeric remote display screens shall be supplied at rig floor (explosion proof) and
Drilling CONTRACTOR’s representative office.
 Workstations shall be installed in COMPANY well site geologist office and in COMPANY drilling
supervisor office.
(f) Real Time Data Delivery System
The following equipment shall be provided to support Real Time data delivery service:
 Well site data Integrated server must be shared through the Local Area Network (LAN) (or cable
Connection) with all third parties (such as: MWD / LWD, Wire line logging) of WITS data connection.
 All well site and office equipment shall be pre-configured and tested prior to rig mobilization.
 The installation shall be as simple as “plug and play” and can typically be completed by a trained
technician.
5. Report and Deliverables
The CONTRACTOR shall provide the following reports during the drilling operation:
 Daily report of current drilling conditions for the COMPANY’s drilling supervisor, and drilling / mud /
lithology / formation / gas & oil shows data in required format for the COMPANY’s geological
supervisor.
 Ad hoc reports, including up-to-date mud and drilling data logs, as required by the COMPANY.
The CONTRACTOR will deliver eight (8) copies and eight (8) CD-ROMs of the final well report as required
by COMPANY within 30 days of completion of the Work. This report will include, but not be limited to, the
following:
(a) A written report summarizing drilling operations and geological evaluation. Significant well events
should be highlighted.
(b) CONTRACTOR shall provide formation pressure parameter.
(c) A mud log plot containing the following information:
 Lithological percentage, description, and interpretation
 Drill rate
 Ditch gas
 Chromatography data
 Oil fluorescence and description
 Core intervals and description
 Mud data
 Bit data and other pertinent engineering details
 Deviation surveys
 Temperature recordings from surveys
 Casing record
(d) A drilling log plot containing the following information:
 Drill rate
 Depth (measured and TVD)
 Lithology
CNOOC IRAQ LIMITED

 WOB
 Weight on hook
 Flow rate
 Standpipe pressure
 RPM
 Total gas
 Mud weight
 ECD at bit
(e) A pressure log plot containing the following information:
 Drilling pressure data
 Pressure analysis
 Temperature data
(f) A gas ratio analysis log plot
All log plots shall be presented with a lithological section and reporting of major drilling and mud events.
Printouts of selected gas ratios (up to 8 tracks, including but not limited to wetness, balance and character, TG /
Σccor, C1/C2, iC5/nC5, etc.) should be at scales (TMD or TVD, from 1/200 to 1/10000) or as requested by
COMPANY representative.
Sour gases data: H2S from gas line shall be plotted on the gas log.
Composite logs of mud-logging parameters and third party data (LWD, wireline, core GR, etc.) shall be prepared
at COMPANY’s request.
The documents shall be fully updated and ready to send at the end of each drilling phase or any interruption of
drilling. Field prints or images files (Acrobat PDF) can be requested at any time.
6. Equipment, Material and Consumables
6.1 Equipment

Item Qty Description Mark

6.2 Material

Item Qty Description Mark

6.3 Consumables

No. Description Qty

END OF Exhibit”4-3”, ATTACHMENT4 OF APPENDIX A


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4- EXHIBIT


“4-4”

WIRELINE LOGGING SERVICE

FOR

DRILLING RIG AND ASSOCIATED SERVICES

FOR NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

1. The Scope of Work


This ITT concerns the provision of wireline logging and LWD service for the COMPANY operation. The
preliminary logging program is listed as below:
1) Asmari Vertical Well (two (2) wells)
No. Interval Depth (mTVD) Logging items
16"(OH) 120~2227 No logging
1 13-
0~2227 1) CBL/VDL/CCL/GR
3/8”(CH)
1) DT/ GR/SP/CAL
12-
2227~2877 2)VSP (Vertical Seismic Profiling), one point per 25
2 1/4"(OH)
meters (conduct in one well)
9-5/8”(CH) ~2877 1) CBMT/VDL/CCL/GR
1) Natural Spectra Gamma /SP /CAL /DLL /MSFL
/Cross Dipole Sonic/DEN/CNC
2) Mini-DST Formation Pressure test and sample
8-1/2" (maximum 30 pressure points, maximum 4 fluid
2877~3116 samples)
(OH) 3) Nuclear magnetic resonance logging
3
4)Micro-Resistivity imaging logging
5)VSP (Vertical Seismic Profiling) one point per 25
meters
7’’(CH) ~Casing shoe 1) CBMT/VDL/CCL/GR

Note: For logging items in the open hole of 8-1/2", item 2), 3), 4) 5) will be executed in one (1) well.

2) Asmari Deviated Well (One (1) well)


No. Interval Depth (mTVD) Logging items
16"(OH) 120~2227 No logging
1 13-
0~2227 1) CBL/VDL/CCL/GR
3/8”(CH)
12-
2227~2877 1) DT/ GR/SP/CAL
2 1/4"(OH)
9-5/8”(CH) ~2877 1) CBMT/VDL/CCL/GR
1) Natural Spectra Gamma /SP /CAL /DLL /MSFL
/Cross Dipole Sonic/DEN/CNC
8-1/2" 2) Mini-DST Formation Pressure test and sample
2877~3116 (maximum 30 pressure points, maximum 4 fluid
(OH) samples)
3
3) Nuclear magnetic resonance logging
4)Micro-Resistivity imaging logging
7’’(CH) ~Casing shoe 1) CBMT/VDL/CCL/GR
CNOOC IRAQ LIMITED

3) Mishirif Vertical Well (three (3) wells)


No. Interval Depth (mTVD) Logging items
16"(OH) 120~2059 No logging
1
13-3/8”(CH) 0~2059 1) CBL/VDL/CCL/GR
1) DT/ GR/SP/CAL
12-1/4"(OH) 2059~2907.6 2) VSP (Vertical Seismic Profiling),one point per 25
2 meters(conduct in two well)
9-5/8”(CH) ~2907.6 1) CBMT/VDL/CCL/GR
1) Natural Spectra Gamma /SP /CAL /DLL /MSFL
/Cross Dipole Sonic/DEN/CNC
2) Mini-DST Formation Pressure test and sample
(maximum 30 pressure points, maximum 4 fluid
8-1/2" (OH) 2907.6~4160.1 samples)
3 3) Nuclear magnetic resonance logging (400m)
4)VSP (Vertical Seismic Profiling), one point per 25
meters
7’’(CH) ~Casing shoe 1) CBMT/VDL/CCL/GR

Note: For logging items in the open hole of 8-1/2", item 2),3) and 4) will be executed in two (2)
wells.

4) Mishrif Horizontal Well (four (4) wells)

No. Interval Depth (mTVD) Logging items

16" (OH) 120~2155.0 No logging


1
13-3/8”(CH) 0~2155.0 1) CBL/VDL/CCL/GR

12-1/4" (OH) 2155.0~2792.6 1) DT/ GR/SP/CAL


2
9-5/8”(CH) ~2792.6 1) CBMT/VDL/CCL/GR
1) Vertical section (with possible well deviation≤45°):
Wireline (Natural Spectra Gamma/SP/CAL/DLL/MSFL/
Cross Dipole Sonic/DEN/CNC)
2792.6~Landing point 2) Deviation section (Cover at least 50m with vertical
8-1/2” (OH) section during trip log):
3 LWD: GR/ Resistivity + trip log CNC or DT(normally trip
log 1 time, trip log 2 time under special case of not
confirming correct landing point )

~Casing shoe(for all


7” (CH) 1) CBMT/VDL/CCL/GR
wells)
CNOOC IRAQ LIMITED

LWD: GR/Resistivity + trip log CNC or DT(normally trip


4 6” (OH) Landing point ~T2 log 1 time, trip log 2 time under special case of not
confirming correct landing point )

Note: For item 3, 7” cement quality logging maybe need be done by PCL tool.

2. Supplemental Instructions
CONTRACTOR need deliver timely data interpretation result in 24 hours after conventional logging operation.
Contractor shall prepare high-tech log operation design (such nuclear magnetic resonance), which is reviewed by
Company one week before the operation.
After logging operation, Contractor shall deliver detail interpretation report for all logging items, include
Formation micro resistivity image, nuclear magnetic resonance, azimuthal gamma ray, High definition lateral
resistivity image and so on. Contractor shall make a presentation after conventional wireline logging is completed.
CONTRACTOR should provide the evaluation standard of cement bond; The Cement quality shall meet the
reservoir request, otherwise Contractor will do the remedy free of charge.;
All logging data need submit the raw data (LAS、DLIS or other international routine types);
Other cased hole service is also required by COMPANY, including but not limited as free point indicating, sting
shot back-off service, setting bridge plugs/retainers or equivalent packers, casing inspection and jet cutter services,
etc.
For all well logging, When inclination exceed 60 deg, the wireline can’t touch the TD , Contractor can select PCL
Model.
COMPANY has authority to cancel any logging items for any wells at any time. And for optional logging,
COMPANY will decide to run or cancel, if run the job, it will be paid. COMPANY Reserve the right to modify
logging program at its sole discretion. The actual logging program may be modified according to the actual drilling
situation and borehole condition. If any logging items are canceled, the payment will be deducted reference the
price which detailed in Contract, and vice versa.
3. Report Delivery Schedule
3.1 Preliminary field hard copies of logs as requested by COMPANY’s wellsite representative, comprised log
header, tool diagram, well sketch, main log, repeat section and calibration tail.
3.2 CONTRACTOR shall provide five (5) hardcopies and five (5) digital copy of Final Well Report (FWR),
within SEVEN (7) days after completion of a well, and at no additional cost. Which shall include, but not
be limited to the following:
 Wireline logging data (actual content to be finalized and included in any Contract arising from this
Contract)
 Full set of original logging data ( include LWD high-tech log and sonic array curves)
 Final processed data and interpretation reports
3.3 CONTRACTOR shall provide hardcopies of final log products, presented as appendices to final well reports.
Logs to be at 1:200 and 1:500 scale, and referenced to both measured depth and true vertical depth.
3.4 DLIS/XTF files, image files, and LAS files on CD/DVD or other media as approved by COMPANY, of all
logs, prints & other displays, and all final composite log data.
3.5 Data to be properly merged and in both original (raw) format and borehole corrected and/or environmentally
corrected as directed by COMPANY. Data shall to be delivered to destinations specified by COMPANY.
CNOOC IRAQ LIMITED

4. Equipment Requirements
a) CONTRACTOR agrees to maintain the service and rental equipment and to carry out repairs there to, so that
it will remain in good safe and efficient working order throughout the OPERATIONAL PERIOD and shall
meet at all times any specifications detailed in the table List of equipment found in this attachment and those
prescribed by the manufacturer or the manufacturer of the components.
b) CONTRACTOR shall provide all necessary tools and equipment to satisfactorily perform the Services. All
equipment will remain assigned to the operation until released by COMPANY. COMPANY may, at time to
time, at sole discretion, to mobilize additional equipment, as call–out basis.
c) At any time when the CONTRACTOR’s service or rental equipment or any part thereof will not be available
for operation due to maintenance or repair, the CONTRACTOR shall supply backup equipment upon
acceptance by the COMPANY REPRESENTATIVE.
d) The COMPANY shall have the right to inspect and survey the CONTRACTOR’s equipment prior to
COMMENCEMENT DATE of the SERVICES. The CONTRACTOR shall remedy any defects revealed by
inspection or survey prior to receiving acceptance of the CONTRACTOR’s equipment by the COMPANY.
e) All equipment shall be completed with the latest certification prior to send it to the WORKSITE. Complete
certificates shall be delivered for the attention of COMPANY’s representative on the WORKSITE.
5. Equipment Description
The tables below specify equipment and specifications required (Including Exclusive equipments and Optional
equipments). CONTRACTOR is requested to complete tables with details of CONTRACTOR’s proposed
equipment as indicated.
5.1 Exclusive wireline Logging &LWD& TCP equipment:

COMPANY REQUIREMENT CONTRACTOR’S RESPONSE


Modular-designed, Truck-mounted, air-conditioned, computerized
wireline logging cabin, unit to be equipped with air conditioner,
working temperature: -40°C ~55°C, Should be equipped with
emergency power supply in case truck power generator down. Backup
cable & drum MUST be available. . Surface acquisition software
should at least capable with below jobs: conventional wireline
logging, resistivity imaging log, rotary sidewall coring, fluid testing
and sampling, nuclear magnetic resonance log and perforating.
To be detailed.
Radioactive container W/valid authorization certificate.
To be detailed.
Temperature/tension/fluid resistivity sub.
To be detailed.
Formation natural spectra gamma ray tool, with spectral determination
of radioactive elements potassium, Thorium and Uranium.
To be detailed.
Natural gamma ray logging tool, for measuring the natural
radioactivity of formations.
To be detailed.
Dual Lateral resistivity log, including deep and medium resistivity.
Temperature rating: 176℃, range of measurement: 0.2-40000 ohm-
m, vertical resolution: >20 inches.
To be detailed.
Micro spherical focused laterolog, Temperature rating: 176℃, range
of measurement: 0.2-2000 ohm-m, caliper: 5.9inches~19.68inches,
vertical resolution: <10 inches. Suitable for borehole size:
6~20inches.
CNOOC IRAQ LIMITED

To be detailed.
Digital acoustic logging tool, to provide DT measurement of the
formation. Temperature rating 176 ℃ , absolute resolution: ±1
microseconds, vertical resolution: <8 inches. Capable to perform
CBL/VDL logging in 5inches~9-5/8 inches casing.
To be detailed.
Cement bond imaging logging tool, Temperature rating 176℃vertical
resolution:0.25ft, radial resolution: 60 degrees, depth of investigation:
2in. The tool can also combined with GYRO tool in single trip which
can measure the well trajectory simultaneously.
Compensated neutron tool, temperature rating:176 ℃ , suitable for
borehole diameter: 4.75inches~24inches, depth of investigation:
12inches, vertical resolution: 26inches.
To be detailed.
Litho-density tool to determine formation photoelectric absorption
index and bulk density. Temperature rating:176 ℃ , suitable for
borehole diameter: 6~22inches, measuring range: Density: 1.3-
3.0g/cc, Pe:0-10 B/e, depth of investigation: 8inches, vertical
resolution: 19inches.
To be detailed.
Cross dipole sonic tool, can be used in evaluate formation porosity,
judge lithology, identify gas formation, analyze permeability, judge
direction of strata, anisotropy of formation rock and distribution of
principle stress in formation.
To be detailed.
The MDT testing and sampling tools can get formation pressure, fluid
identification and samples in a single deployment. The equipment of
MDT can successfully execute in deviated wells and execute the
Mini_DST operation in low permeability reservoir;
To be detailed.

Rotary sidewall coring tool, recover up to 30 cores per trip, the core
length > 1.5”, core diameter>20mm.
To be detailed.

Micro Resistivity imaging tool in WBM and suitable for high salinity
water mud.
Temperature rating : 150℃,
Borehole coverage: 60% in 8” borehole size.
Vertical resolution: 0.2 inches.
Suitable borehole diameter: 6in~21inche.
To be detailed.
Nuclear Magnetic Resonance log tool suitable for carbonate reservoir
and output T1,T2 and diffusion distributions lithology independent
total porosity , bound and free fluid volumes, hydrocarbon corrected
permeability, pore-size distribution.
Temperature rating: 150℃,
Pressure rating : 10000Psi
Borehole size: 8”
Range of measurement : Porosity 1 to 100pu,
T2 distribution: 0.4 ms to 3s
T1 distribution: 0.5 ms to 9s
Vertical resolution:20in
CNOOC IRAQ LIMITED

Accuracy: Total NMR porosity 1pu standard deviation.


Mud type: Mud resistivity:0.05ohmm
To be detailed
VSP services which can provide a full range of VSP acquisition
services (Zero offset, offset etc.)
To be detailed.
Logging While Drilling tool, can be used in real-time quantitative
formation evaluation, well to well correlations of formation and well
placement.
LWD logging data, including phase and attenuation dual-frequency
resistivity data、Azimuthal Gamma ray 、Common Gamma ray、
Neutron Porosity、Bulk Density 、Sonic Data and High Definition
Microscope Resistivity imaging、Nuclear magnetic resonance and so
on.
Max operating temperature:150℃, suitable for borehole diameter:
5~9inches, range of resistivity measurement: 0.2-2000 ohm-m,
Maxtool curvature (15º/100ft rotaing、30º/100ft sliding) Max flowrate
400 gallon/min Max pressure 20000psi
To be detailed.
VSP (Vertical Seismic Profiling)services which can provide a full
range of VSP acquisition services (Zero offset, offset etc.)
To be detailed.
Open hole logging accessories, including centralizer, de-centralizer,
swivels, knuckle joints, crossovers, racks, toolbox, rig-up equipment,
logging sheaves etc. required to operate above equipment.
Fishing tools and kit. For all hole sizes to fit CONTRACTOR’s
logging tools, capable of side door fishing and cut & thread fishing,
shall have emergency release design in case catch downhole fish but
fail pull out.
To be detailed.
Perforating stimulation software, stimulate and give suggestion to
COMPANY how to choose proper shaped charge to get maximum
production.
Equipment for loading/unloading gun charge. Able to provide
sufficient equipment and procedures for safe removal/loading of
charges from loaded guns in an onland environment. Procedure should
be submitted for technical evaluation.
Explosive container, able to provide separate containers or containers
with divided compartments for primary and secondary explosives.
To be detailed.
Casing collar locator tool (CCL), capable of running through 2-3/8”
tubing and/or casing, reading tubing/casing collars for depth
correlation and electrical fire.
To be detailed.
General purpose GR tool for positioning/depth correlation/electrical
fire. Please attach full description.
TCP depth correlation tool, consist of GR and CCL, be capable of
running through 3-1/2” drillpipe and 2-3/8” tubing.
To be detailed.
Storage and transportation Racks for perforating gun.
To be detailed.
High resistivity blasting cap (pressure tighten/ fluid sensitivity type).
CNOOC IRAQ LIMITED

Resistivity: 56 Ohm.
To be detailed.
Radioactive marker full bore sub, suitable for use in 7” casing. Cobalt-
60 or equivalent source.
To be detailed.
Supply of radioactive ‘pip-tags’ adequate for support of COMPANY
work program.
To be detailed.
Percussion detonator.
To be detailed.
HMX Detonating cord, explosive density: 80 grain.
To be detailed.
Safety mechanical firing head. Ignited by steel drop bar, cannot be
ignited when hydraulic pressure less than 435psi.
To be detailed.
Pressure firing head.
To be detailed.
Annulus pressurizing device, transfer annulus pressure into tubing to
ignite firing head.
To be detailed.
Time delay booster. Min time delay: 6mins.
To be detailed.
Vertical shock absorber. Please attach full description.
Drop bar/pressure activated under-balance vent device.
To be detailed.
Bi-directional booster.
To be detailed.
Fill disc sub. Capable use in TCP string to prevent debris falling on
firing head.
To be detailed.
Tubing joint/heavy wall tubing joint.
To be detailed.
MRP (multiple re-entry perforating) or equivalent technology can
enlarge the perforating channel; remove the crushed annular area from
perforating channel to improve well production.
To be detailed.
5” Casing gun with shot density 5 SPF, 9SPF, deep penetration HMX
charge. 5 SPF casing gun shaped charge penetration>39”, hole
diameter>0.45”. 9 SPF casing gun shaped charge penetration>25”,
hole diameter>0.40” Shaped charge shall attach API 19B certificate.
To be detailed.
Gap detonating sub, which can prevent well fluid flow inside spacer
gun, have port for spacer gun internal pressure release, mainly
function for prevent crude oil spill out to cause pollution.
To be detailed.
All necessary safety spacers, crossovers, pup joints, tandem subs and
bull plugs, are manufactured to API specifications.
To be detailed.

5.2 Optional wireline Logging & TCP equipment:


COMPANY REQUIREMENT
Setting tools for bridge plugs, packers, etc. Packer setting tools will
be needed for casing sizes 7”, combinable with CCL for depth
CNOOC IRAQ LIMITED

determination.
To be detailed.
Free point indicating equipment. For all drill pipe and tubular sizes,
with capability to run in combination with CCL.
To be detailed.
String shot back-off tool for all standard sizes of drill pipe and heavy
weight drill pipe from 2 ⅞” – 5” O.D., drill collars from 4-3/4” – 9”
and tubing from 2 ⅜” – 4 ½” O.D.
To be detailed.
Jet Cutting tools, which is capable of cutting 3-1/2” drill pipe, 5” drill
pipe.
Tubing punching equipment and tools

NOTES:
Backup tools must be available on location for each specified service plus spare parts, as needed, to maintain
CONTRACTOR’s tools and equipment.
6. Personnel Requirements
Following requirements are pertinent to CONTRACTOR. CONTRACTOR must strictly comply with below
requirements, any deviation against these requirements may cause CONTRACTOR been disqualified.
a) CONTRACTOR shall provide a data interpretation engineer for data quality control and data processing,
and provide a data processing center in Iraq Missan Oil Fields.
b) CONTRACTOR shall supply a fully qualified, competent, experienced, and sufficient in number crew to
implement the Contract and meet its specifications and standards in respect of safety, efficiency and
technical competency, operate the CONTRACTOR supplied equipment, provide the required Wireline
logging and Perforating services. The personnel shall including one (1) technical coordinator, field engineer,
and assistant engineer, and maintenance engineer, data interpretation engineer, perforating specialist, chief
operator and operator.
c) The crew shall be fully familiar with the function, specifications, and operation of all the equipment
specified in the Technical Bid to perform the work in an effective, efficient and professional manner.
d) For all personnel proposed, CONTRACTOR shall provide a CV/resume (see annex 1) listing education,
experience, and qualifications. Any and all key personnel provided by CONTRACTOR shall be fluent in
English, preferably in Chinese. The crew shall be available for call-out on a twenty four (24) hours, seven (7)
working days per week basis.
e) CONTRACTOR shall fully co-operate with any other CONTRACTOR’s or sub-CONTRACTOR(s) utilized
by COMPANY and give them all reasonable assistance as requested by COMPANY.
f) CONTRACTOR’s field personnel function as part of the rig site execution team and are expected to
contribute to achieving operational goals. CONTRACTOR’s field personnel should notify COMPANY‘s
representative(s) immediately of any safety issues or operational inefficiency that they witness.
g) COMPANY shall be given the opportunity to review the CV/resume and qualifications of proposed
CONTRACTOR’s personnel and to conduct interviews prior to assignment. COMPANY reserves the right
to reject in its sole discretion CONTRACTOR’s personnel based on these assessments.
h) All CONTRACTOR’S personnel must have current valid certificates for medical check-up; Anti H2S, Fire
Fighting and First aid from approved schools. Evidence of said training in the form of a certificate must be
delivered to COMPANY’S designated representative at least seven (7) days before the commencement of the
drilling operation.
i) CONTRACTOR’S maintenance engineer shall have at least five (5) years equipment maintenance
experience.
j) The logging engineer shall have a minimum of five (5) years oil field working experience.
CONTRACTOR’S data processing & interpretation engineer shall have a minimum five (5) years working
experience. The assistant engineer shall have at least three (3) years oil field working experience.
CNOOC IRAQ LIMITED

k) The chief operator shall be able to operate winch and shall have at least five (5) years oil field working
experience.
l) The operator shall have at least two (2) years oil field working experience.
m) The perforating specialist shall have a minimum Five (5) years working experience. CONTRACTOR shall
designate a Technical Coordinator (fluent in English or Chinese speaking, reading and writing) specifically
for the COMPANY account to interact as the single point of contact. The Technical Coordinator shall handle
all problems resolution, and attend necessary Meetings held during execution of this Contract. The Technical
Coordinator shall have minimum eight (8) years oil field service experience The Technical Coordinator
should have the necessary skills and experience to meet the following requirements:
 Working with client staff to plan and design jobs.
 Handling all logistic operations and ensure that all personnel and equipment for each job are at the rig
on time.
 Understanding of well security, personnel safety, environmental regulations, operating limits, and
operating standards.
 Real time monitoring of well site operations and capable of solve well site problems.

END OF EXHIBIT”4-4”, ATTACHMENT 4 OF APPENDIX A


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4-
EXHIBIT “4-5”

DIRECTIONAL DRILLING SERVICE

FOR

DRILLING RIG AND ASSOCIATED SERVICES

FOR NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

SCOPE OF WORK AND TECHNICAL REQUIREMENTS


1. SCOPE OF WORK
1.1 CONTRACTOR shall provide the proposal program according to the basic drilling design which is in
attachments together with their technical tender proposal.
1.2 CONTRACTOR shall provide complete specification package and inventory of all tools, materials and
equipment that will be provided as requested, including but not limited to the items listed.
1.3 CONTRACTOR shall provide necessary and qualified personnel and directional drilling service and
MWD/LWD package to conduct COMPANY drilling activities.
1.4 CONTRACTOR shall provide necessary and qualified equipment package to meet the requirements
of Geological Well Prognosis.
1.5 CONTRACTOR shall be responsible for the daily directional surveys and the agreed definitive survey
once the well has been completed.
1.6 CONTRACTOR shall provide real time Geo-steering operation service in COMPANY Base for
horizontal drilling including data transmission, technical engineering, hardware (including at least
one new dual screen work-stations (HP Z4 G4 work-stations, W2123/32GB&ECC/2TB)) and software
which can provide real time 3D trajectory display in 3D geological model.
1.7 CONTRACTOR will provide a QA/QC procedure for this process as part of the bid.
1.8 CONTRACTOR will design the well trajectory preferably through Minimum Radius of Curvature base
on Geological Design and Basic Drilling Design in attachment, and CONTRACOTR should submit
this design in their technical tender proposal.
1.9 Before undertaking any well planning, CONTRACTOR shall submit a planning data sheet for
directional wells and communicate with geologist about the target and the conditions of the formation.
1.10 CONTRACTOR shall promptly notify COMPANY's Representative of any abnormal situation and
take all necessary measures.
1.11 Database should use current active version of WITSML (Drilling Standard WITSML 1.4.0).
1.12 Upon completion of the well, CONTRACTOR shall prepare a final well report on directional drilling
and logging performance, and deliver the final report to COMPANY after completing the well
according to COMPANY's requests in ten (10) days. The final well report should contain all programs,
information and designs (to all scales) required by COMPANY.
1.13Contractor shall provide the specification and certificates under oil well standards for the
directional tools. Company has right to adjust target depend on actual formation depths.
2. Equipment Requirements
The minimum requirements of equipment and specifications are described in the following table. Mud motor
is essential requirement for directional drilling and Contractor shall provide rotary steer tools for drilling 8-
1/2” borehole and 6” borehole in Mishrif horizontal well as per Company’s requirement. Company has the
right to request Contractor to use the rotary steer tools instead of conventional directional drilling tools and
the related cost should be quoted and paid additionally according to actual directional drilling service.
CONTRACTOR is required to quota a lump price for directional drilling service.
2.1 MWD/LWD equipment
MWD/LWD equipment should applicable for borehole size 8-1/2” and 6”. MWD equipment should
applicable for borehole size 12-1/4”
Item COMPANY’s Minimum Requirements Contractor’s Response

Measurement range : 0°-180°


Inclination
Accuracy :  0.2°
CNOOC IRAQ LIMITED

Azimuth: Measurement range : 0°-360°


·Accuracy :  1.5°
Magnetic TFO: ·Measurement range : 0°-360°
·Accuracy :  2.8°
Gravity TFO: Measurement range : 0°-360°
·Accuracy :  2.8°
Temperature Max temperature should be no less than 140
degC
Pressure sensor Max pressure should be no less 10000PSI

CONTRACTOR is required to confirm Whether LWD is retrieved type or not.


2.2 Bottom Hole Assembly tools
(a) Mud motor
Motors may be provided with different lobe configurations than specified to suit the specific drilling
parameters and performances required. Below are suggested configurations:
Note: BIDDER is required to specify offered equipment in accordance with the stated requirements. Bidders
are required to provide concise details (including brochures, technical specifications, etc.) of the type and
quantity of ALL proposed equipment, materials / hardware for performing the Services described in
Schedule.
Item Main Technical Parameters CONTRACTOR’s Proposition
Recommend model
Tool max. O.D.
Operation temperature (max)
bend angle
Length and number of lobes
Flow rate (min/max) (L/min)
Mud Motor for 16" hole RPM (min/max)
max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
Pressure loss at full load
Type of connection
Salt resistance design

Main Technical
Item CONTRACTOR’s Proposition
Parameters
Recommend model
Tool max. O.D.
Operation temperature (max)
bend angle
Length and number of lobes
Mud Motor for 12-1/4” hole Flow rate (min/max) (L/min)
RPM (min/max)
max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
Pressure loss at full load
CNOOC IRAQ LIMITED

Type of connection
Salt resistance design

Item Main Technical Parameters CONTRACTOR’s Proposition


Recommend model
Tool max. O.D.
Operation temperature (max)
bend angle
Length and number of lobes
Flow rate (min/max)(L/min)
RPM (min/max)
Mud Motor for 8-1/2”hole max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
Pressure loss at full load
Type of connection
Salt resistance design
Bending point length
Ideal build rate

Item Main Technical Parameters CONTRACTOR’s Proposition


Recommend model
Tool max. O.D.
Operation temperature (max)
bend angle
Length and number of lobes
Flow rate (min/max) (L/min)
Mud Motor for 6” hole RPM (min/max)
max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
Pressure loss at full load
Type of connection
Salt resistance design

(b) Rotary Steer tools for Mishrif horizontal well


CONTRACTOR shall provide the technical specifications including but not be limited as following:

Item Main Technical Parameters CONTRACTOR’s Proposition


Recommend model
Tool max. O.D.
Operation temperature (max)
Bend angle
Length and number of lobes
for 8-1/2” hole
Flow rate (min/max) (L/min)
RPM (min/max)
max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
CNOOC IRAQ LIMITED

Pressure loss at full load


Type of connection
Salt resistance design
Max build rate
Other characteristic
Item Main Technical Parameters CONTRACTOR’s Proposition
Recommend model
Tool max. O.D.
Operation temperature (max)
Bend angle
Length and number of lobes
Flow rate (min/max) (L/min)
RPM (min/max)
for 6” hole
max torque (lbs*ft)
Power output (Hp)
Bit speed on full load
Pressure loss at full load
Type of connection
Salt resistance design
Other characteristic
(c) Stabilizers

Item COMPANY’s Minimum Requirements CONTRACTOR’s Proposition


Providing applicable tool server for 16", 12-
1 1/4”, 8-1/2” and 6” intervals

All tools connections shall follow API


2
standard.
Stabilizers must be integral blade, tight spiral
3 with 360° coverage, with tungsten carbide flat
slugs and nickel alloy matrix or equivalent

2.3 CONTRACTOR shall provide all the directional tools and fill following table.
(a) Directional tools:

Item Tools name Specification Original place Owner

1 bypass

2 agitator

(b) Directional tools-Rotary Steer for Mishrif horizontal well in 8-1/2” borehole and 6” borehole:

Item Tools name Specification Original place Owner

1
CNOOC IRAQ LIMITED

Remark: Contactor is required to provide the information for rotary steer to COMPANY.

(c) Recommend Bottom Hole Assembly


Bit Size Section BHA
16" section Mishrif Horizontal wells:

12-1/4" section Mishrif Horizontal wells

8-1/2"section Mishrif Horizontal wells

6" section Mishrif Horizontal wells

(d) Recommend Bottom Hole Assembly


Bit Size Section BHA
16" section Asmari deviated wells:
12-1/4" section Asmari deviated wells:
8-1/2" section Asmari deviated wells:

Note:
a). The Neutron Source for LWD tools should be the type that can be retrieved once pipe sticking occur.
b). CONTRACTOR shall take all responsibility for the “Lost in Hole” for all their tools under the lump sum
contract model.
2.4 Quality Control
2.4.1 The maximum tolerances of target are as follows (on the premise that the trajectory can meet the
geological requirement): vertical +/- one and half (1.5) meters TVD, right and left is +/- thirty (30)
meters Measure Depth, forward and back is +/- fifty (50) meters Measure Depth.

2.4.2 CONTRACTOR shall provide documentation on Directional Drilling Over-all Management


Systems, including Quality Assurance/Control, Operations, Maintenance, Inventory and
Warehousing Systems.

2.4.3 Trajectory shall be controlled extremely accurate correspondent with original plan. The trajectory
could be adjusted according to actual reservoir condition by reservoir department.

2.4.4 Compass readings should always be referred to magnetic north with no correction for inclination.

2.4.5 Constant communications must be maintained with key COMPANY PERSONNEL at the rig site
to include the Drilling Engineers, Tool pushers and Drillers, among others.
2.5 Personnel Requirements
The minimum requirements of personnel are described as follows.
CNOOC IRAQ LIMITED

2.5.1 CONTRACTOR shall provide qualified personnel. The key personnel shall include one (1)
technical coordinator, adequate number of directional driller, MWD/LWD engineer.
2.5.2 The crew shall be available for call-out on a twenty-four (24) hours, seven (7) working days per
week basis.
2.5.3 All CONTRACTOR’s personnel must have all necessary valid certificates. Copies of certificates
shall be delivered to COMPANY’S designated representative at least seven (7) days prior to the
commencement of the operation.
2.5.4 COMPANY reserves the right to reject at its sole discretion CONTRACTOR’s personnel based on
these assessments.
2.5.5 The Directional Driller shall have a minimum of five (5) years oilfield experience in directional
drilling operations that has included horizontal drilling, complex “designer” profiles, anti-collision
operations, short radius applications, and also in operating and troubleshooting the mud motor
equipment, can instruct the motor operation at well site as well. The assistant Directional Driller
shall have a minimum of three (3) years oilfield experience in directional drilling operations.
2.5.6 The MWD/LWD engineer, Geo-steering Engineer shall have a minimum of four (4) years oilfield
experience in MWD/LWD, Geo-steering operations.
2.5.7 CONTRACTOR shall designate a technical coordinator (fluent in English speaking, reading and
writing) for handling all issues, and attending necessary meeting, and shall have minimum twelve
(12) years oilfield service experience.
The Directional Drilling Coordinator will be available at all times when CONTRACTOR is actively
working for COMPANY. The Coordinator will be provided at all times when CONTRACTOR is actively
working for COMPANY except during demobilizing periods as described below.
The coordinator(s) shall participate proactively in the well planning together with COMPANY’s Well
Construction Team, as well as play an active role in planning or operation steams. The coordinator shall
be experienced with Real Time Operations.
The coordinator shall be dedicated to COMPANY, and be made available to cover 24-hour operations or
covered by a duty schedule.
The coordinator(s) shall have the authority to act on behalf of CONTRACTOR, and will work closely with
COMPANY's engineering and operations teams. Duties will include, but not be limited to:
• Safety, environmental and performance monitoring.
• Planning and scheduling of activities.
• Personnel and equipment optimizing.
• Technical and operational support in ongoing operations.
• Follow up of non-conformances.
• Prepare a pre-job report that is sent to the Drilling Engineer prior to every CONTRACTOR operation.
• Post-job evaluation/reports (End of Well Report). Supplied shall provide a CD in a format to COMPANY
for approved. In addition, three paper copies of these well reports shall be supplied at no extra cost.
Coordinator(s) shall be appointed by CONTRACTOR and approved by COMPANY.
2.5.8 CONTRACTOR shall provide crew listed as follows.

Item Name Position Experience


1

Personnel Requirement
CNOOC IRAQ LIMITED

Health Certificate √
Certificate Well Control Certificate √
H2S safety & survival training √

language English √

END OF Exhibit”4-5”, Attachment 4 of Appendix A


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 4-EXHIBIT 4-6

DRILLING RIG SUPPORTING SERVICE

FOR

LOWER COMPLETION OF HORIZONTAL WELLS


AND
WELL TEMPORARY ABANDONMENT
CNOOC IRAQ LIMITED

1. SCOPE OF WORK
1.1 GENERAL
Company, as the Lead Contractor of the MISSAN Oilfields, intends to utilize Drilling Rig to conduct Lower
Completion Operation Service for Horizontal wells and Well Temporary Abandonment Services. The rest
works of well completion operations will be performed with workover rigs provided by third parties in the
manner and to the extent desired by Company.
Contractor shall perform the Work professionally and safely with due diligence and efficiency in the most
expedient manner with full regard to minimizing the impact on the environment in the area in accordance
with sound principles and current practices in the geophysical and oil industry standards, and with full regard
to Company’s interests.
Contractor shall perform the Work in accordance with all other terms and conditions of this Contract, which
shall not be changed except by formal amendment in writing and signed by both parties hereto.
Contractor shall acknowledge the specific features of the area of operations and the expected conditions at
well site, especially H2S and CO2 hazards.
Contractor shall provide completion supporting services as specified in this Appendix with drilling rigs and
associated equipment, tools and materials, qualified and competent personnel in ABU GHIRAB oilfield,
BUZURGAN Oilfield and FAUQI Oilfield of MISSAN Oilfields, Iraq.
This Appendix describes the Scope of Work to be performed by Contractor with the specifications,
instructions, standards, and other documents specified on the materials, tools or equipment, which
Contractor shall satisfy or adhere to in the performance of the Work.
Company’s Representatives and Supervisors shall have the dedicated single occupancy of living
accommodation and sufficient office space, which will be provided by Contractor at well site.
1.2 SCOPE OF WORK
The Contract/Agreement of Drilling Rig Supporting Services for Lower Completion of Horizontal Wells
and Well Temporary Abandonment shall be on LUMP SUM basis.
Contractor shall provide the following primary equipment, tools and materials for Lower Completion
Operation Service for Horizontal wells and Well Temporary Abandonment Services including:-
- Drilling Rigs and Associated Equipment.
- Tubular Handling Equipment and tools with torque monitoring and recording devices.
- Completion Fluids with filtration units.
- Mud logging equipment and service.
- Cementing unit for setting packers and pressure test for packers, BOP stack & X-Mass tree, etc.
- Related handling tools for X-Mas tree installation
Contractor shall provide the Drilling Rig Supporting Service for Lower Completion of Horizontal Wells and
Well Temporary Abandonment as specified in this Exhibit.
CNOOC IRAQ LIMITED

1.3 RESPONSIBILITIES MATRIX


Start Time of Well Completion Operation for Horizontal Wells
All sizes casing and wellhead have been successfully pressure tested as per Company requirement, CBMT
result and other drilling data/reports have been accepted by Company, Open-hole Log interpretations have
been delivered to and accepted by Company, the wiper tripping with fully gauged drilling BHA has been
done smoothly, the open hole has been displaced with new solid free reservoir drill-in fluid mixed with
lubricant and the wellbore is stable, wellbore is thoroughly cleaned out at hole bottom/liner shoe depth/TOL
depth accordingly, wiper trip BHA has been POOH, BOP’s rams to fit for Completion operation and the
pressure tests are qualified as per Company requirement, Formal Reservoir Requirements have already been
received by Down-hole Operation Department and after rig inspection by Company Representative to
ensure the rig is ready to commence well completion operations.
End Time of Well Completion Operation for Horizontal Wells
Slotted liner or perforated pipes, swellable packers, blank pipes with hydraulic-set rotating liner
packer/hanger system has been successfully deployed at desired depth in open hole, the cased-hole above
the TOL has been displaced with well completion fluids, temporary killing string or water injecting string
has been run in the hole, X-Mass tree has been installed and successfully pressure tested.
Note:- Especially for each candidate horizontal well, at the end of the drilling operations and prior handover
the horizontal well to Completion Representative, the last step of the drilling operations shall be wiper trip
with fully gauged drilling BHA and the drilling supervisor shall assure that drilling BHA is pulled out on
elevator smoothly from TD of the well without reaming/back reaming and without any tight spots, and
wellbore shall be thoroughly cleaned out with bit at hole bottom, liner shoe depth and TOL of last casing.
The Completion Supervisor shall witness the wiper trip operations prior to take over the well operation.
Supplied Paid Paid
Supplied
By By By
No. Designation of Responsibility By
Compan Compan Contracto
Contractor
y y r
1. Personnel, Equipment, Tools and Materials
Personnel to perform the services which
1.1 X X
contained in this contract
Drilling rig and associated equipment for Lower
Completion Operation Service for Horizontal
1.2 X X
wells and Well Temporary Abandonment
Services
Top drive c/w mud saver valves, upper & lower
1.3 X X
IBOP.
Bit breaker, drift tool for drilling tools & all size
1.4 X X
casing & tubing
Drill pipes, HW Drill Pipes, Drill Collars Safety
Joint, drilling jar, all necessary X-over and
1.5 lifting subs, Weight indicator (Mud Watch X X
system) for the well completion and the well
temporary abandonment
BOPs, bell nipple, choke and kill manifolds &
1.6 lines, burning line, remote operated choke, oil X X
and gas separator, adequate vent lines
Replacement rubber goods, elements, Gaskets,
seals and all normal consumables for
Contractor’s annular type preventers, ram type
1.7 preventers, BOP stack and controls. BOP’s X X
handling, installation and testing equipment (HP
pump, tester cup, tester stump, testing
equipment)
Adaptor between well head & BOPs extended
1.8 X X
drilling spool.
1.9 Tester cups for all casing sizes X X
CNOOC IRAQ LIMITED

Supplied Paid Paid


Supplied
By By By
No. Designation of Responsibility By
Compan Compan Contracto
Contractor
y y r
Mud labs with equipment with control &
measure apparatus for well completion working
1.10 X X
fluid property measurement (weight, viscosity,
chlorides & NTU, etc.)
1.11 Tanks for fuel, water and working fluid X X
1.12 Completion fluids and filtration units. X X
1.13 Rig facilities pump X X
Lifting equipment for Contractor’s &
1.14 Company’s equipment & tools at well site X X
(Crane and forklift, etc.)
1.15 Rig Camps X X
Well head, tubing spool, tubing hanger and X-
1.16 X X
Mass tree assembly and accessories
Lower completion materials for horizontal
wells, including: rotating liner hanger/packer,
1.17 X X
X/O subs, perforated pipes, Swellable Packer,
Guide Shoes, etc.
Rotatable Casing scrapers, tapper mills, string
watermelon mills or Washover Shoe (for 9-5/8’’
OD, 7.0” OD and/or 6-5/8” OD casing cased-
1.18 X X
hole) BHA with all necessary X-over, safety
joint, drilling jar, etc. for well completion
operation
Tri-cone bits (8-1/2”, 8-1/4”, 6” OD and 5-5/8”
1.19 OD), stabilizers, float valves and X/O subs for X X
wiper trip operations
Cementing unit for setting packers and pressure
1.20 X X
tests for packers, BOP & X-Mass trees, etc.
Mud logging equipment and tools for well
1.21 X X
completion operation
Tubing/Casing Handling Equipment with torque
monitoring and recording devices, single
elevator, elevator, safety clamps, false rotary,
slips and related equipment for running slotted
liner or perforated liner, blank pipes, packer,
tubing & flush tubing, etc.
- The tubing/casing running equipment should
1.22 X X
cover different sizes of the tubular from 2-3/8"
to 7-5/8”
- Tubular running equipment to be used for both
CRA and carbon steel
- False rotary table for running 2-3/8" OD
4.6PPF API NU Box wash pipe to be included
with rig equipment.
1.23 Fishing tools for completion down-hole tools X X
Repair and replacement parts for Contractor
1.24 X X
furnished fishing tools
Company’s materials excess of normal
1.25 X X
consumable caused by Contractor’s negligence.
Company’s materials used in re-drill well or re-
1.26 X X
completion caused by Contractor’s negligence
CNOOC IRAQ LIMITED

Supplied Paid Paid


Supplied
By By By
No. Designation of Responsibility By
Compan Compan Contracto
Contractor
y y r
Diesel/fuel for rig, camp and service equipment
1.27 at well site within project schedule during the X X
completion operations.
1.28 Purify & Filter equipment for Diesel X X
Lube oils/ grease/ hydraulic fluids/ cleaning
1.29 X X
solvents for the rig and associated equipment
Dope / lubricant / thread lock for perforated
1.30 X X
liner, tubing & completion tools, etc.
Completion water, living water and working
1.31 X X
fluid
Consumables for drilling rig and related
1.32 X X
completion service equipment
1.33 Consumables for all Company’s equipment. X X
Other consumable materials and spare parts for
1.34 rig equipment including shakers, pumps, X X
generators, engine, motors, cranes, forklift, etc.
1.35 Boarding for Stand Back Area (wooden mats) X X
Matting boards for Rig and related equipment
1.36 X X
base, etc.
Equipment not mentioned above but necessary
1.37 X X
for the normal working of Contractor’s rigs
Equipment not mentioned above but requested
1.38 X X
in writing by the Company.
2. Associated Services
2.1 Geological and Reservoir Requirement X X
2.2 Reservoir Design X X
2.3 Completion Program Review and approval X X
Super clean mud tanks and circulation system
2.4 X X
prior to contain well completion work fluids
2.5 Mixing completion working fluid X X
Tubular handling services for tubing/flush
tubing, slotted liners or perforated pipes, sand
2.6 X X
screens, blank pipes, packers and all necessary
accessories with different sizes.
Installation service of wellhead, tubing spool
2.7 and X-Mas tree, Running/ Retrieving BPV & X X
two-way check valve.
2.8 Communication via internet and phone on site X X
Medical service, first aid treatment, medicine
2.9 X X
and medical evacuation on site
Catering and accommodation service for
2.10 X X
Contractor personnel
Catering and accommodation service for 12
Company personnel at well site for each rig (at
2.11 X X
least two single bed rooms shall be provided for
Company men)
At least two single office for Company men, the
facility shall be provided along with the office
2.12 including the desk phone, internet, fridge, X X
walkie-talkie, desk, chairs, mud logging
monitor, etc.
CNOOC IRAQ LIMITED

Supplied Paid Paid


Supplied
By By By
No. Designation of Responsibility By
Compan Compan Contracto
Contractor
y y r
Catering and accommodation service for beyond
2.13 12 persons from Company at well site for each X X
rig.
Any consumables materials, spare part &
2.14 communication items and necessary for X X
operation
Management, maintenance, loading and
2.15 offloading of materials, tools and equipment X X
provided by Company at well site
Transportation for Contractor’s material &
2.16 X X
personnel
Transportation of all Company’s equipment,
2.17 tools & materials between Company warehouse X X
and well site or between well sites
Loading / offloading of any Company’s material Under supervision
2.18 X X
at well sites. by Company
Regular Inspections of Contractor’s drill stem,
slings, shackles, belt, lifting gears, down hole
2.19 X X
tools, etc. and repair of defects by mentioned
inspection
Extra Inspections of Contractor’s drill stem,
slings, shackles, belt, lifting gears, down hole
2.20 X X
tools, etc., which are required by Company with
defects found
Extra Inspections of Contractor’s drill stem,
slings, shackles, belt, lifting gears, down-hole
2.21 X X
tools, etc., which are required by Company
without any defects.
2.22 Welding/cutting on site X X
Fire extinguishers & other firefighting
2.23 X X
equipment at camp and rig
Adequate quantities of H2S, CO2 & flammable
2.24 detection Equipment & Masks (Self Contained X X
Breathing Apparatus)
Security team for all Contractor’s personnel
2.25 X X
transportation inside of MISSAN Oilfields
Security team for well site operation inside of
2.26 X X
MISSAN Oilfields
Security team for Contractor’s Personnel
2.27 Transportation between Basra airport and X X
working base
Well-site Security protection with T-Wall and
2.28 security monitoring with CCTV as per Security X X
Department Requirement
Inspection, maintenance and keeping good
2.29 condition of drilling rig and all associated X X
equipment
IWCF or IADC well control, H2S and HSE
2.30 related emergency measures, and other required X X
training for relevant Rig Contractor’s personnel
CNOOC IRAQ LIMITED

Supplied Paid Paid


Supplied
By By By
No. Designation of Responsibility By
Compan Compan Contracto
Contractor
y y r
Company Representative as Completion
2.31 X X
supervisor and engineer.
Storing and managing Contractor’s equipment &
2.32 materials in the area provided by Company for X X
the execution of the work.
Cleaning of sanitary waste & industrial waste
2.33 X X
after rig moving out.
Transportation for Company’s surplus
2.34 equipment, tools & material on well site and/or X X
between wells sites.
Well site recovery and waste disposal (include As per Company’s
2.35 all industrial and living rubbish & waste oil & requirement and X X
water) after rig moving out. specifications
Vehicles for Company Representative’s
transportation during the well completion
2.36 X X
operation, and the vehicle should be double
cabin. (One vehicle per rig)
3. Insurance, management and supervision
Insurance for well control and Company’s
3.1 X X
personnel and equipment
Insurance for Contractor’s rig, personnel
3.2 X X
equipment and other kinds of insurance
3.3 Completion service management X X
Electrical Power Supply via Power Grid or
Diesel/Fuel for Contractor’s Camp during
contract period (Contractor CAMP shall be
3.4 X X
inside MISSAN Oilfields and Contractor shall
be responsible for downstream electrical facility
material, construction and installation).
All kinds of operation & logs reports as
3.5 X X
Company requirement
Final Completion Report and lessons learned for
3.6 X X
completion operations and associated services
Walkie-talkie/Isatphone/Video Conference/
Security monitoring at well site, Real Time
3.7 X X
Transmission for FOD Down-hole Operation
Demanding Center

2. DRILLING RIG SUPPORTING SERVICE FOR LOWER COMPLETION OF HORIZONTAL


WELLS AND WELL TEMPORARY ABANDONMENT

2.1 GENERAL
Contractor is responsible for providing Drilling Rig Supporting Service for Lower Completion of Horizontal
Wells and Well Temporary Abandonment in the compliance with the Scope of Work and the requirements set
forth in this specification.
Nothing in this specification shall relieve Contractor of the responsibility for performance, in addition to the
requirements of this specification, such analysis, tests, inspections and other activities that Contractor considers
necessary to ensure that the Lower Completion Operation for Horizontal wells and Well Temporary
Abandonment are satisfactory for the objectives intended, or as may be required by common usage or good
practice.
CNOOC IRAQ LIMITED

Modification to the requirements of this specification may be proposed by Contractor for Company approval,
with the support of proper documentation.
Contractor shall keep an accurate record of Well Completion Operations and Well Temporary Abandonment on
the Drilling Unit(s), and any other pertinent information relative to the well which would normally be recorded
in accordance with good international oilfield practice and/or which Company may request and/or which is
required in Contract to be recorded on the Contractor’s Operation Report Forms. This shall include forms for
the following reports:
- Daily Operation Report
- Daily Mud Logging Report
- Weekly BOP Check List
- Rates and Daily/Accumulative Volume of Fluid Loss
- Weight Indicator and Pump Pressure Charts
- Any and All Relevant Records and Data as requested by Company
- At the end of each day, Contractor shall deliver to Company the original Daily Operation Reports plus a
legible copy thereof and a legible copy of other data relating to Well Operations. The Daily Operation Reports
are to be duly signed by Contractor’s Representative. On agreement of the content of the Daily Operation
Reports, Company’s Representative shall sign the original and the copy and return the copy to Contractor.
Without limitation, the Daily Operation Reports shall give an accurate log and history of each well showing the
operation summary and description, depth of work strings deployed, and completed down-hole problems, etc.,
during the preceding twenty-four (24) hours, and the results of the tests of well control devices.
Contractor shall comply with Iraqi rules and regulations for environmental protection and be fully responsible
for all waste treatment and harmless disposal on all the industrial and living rubbish generated from the well
operation, and the treatment should be performed throughout the operation, and at the end of operation.
2.2 RIG AND SERVICE CREW
The Rig Crew that Contractor shall provide under Drilling Rig Supporting Service for Lower Completion
of Horizontal Wells and Well Temporary Abandonment are inclusive of but not limited to:-
- Rig crew sufficient for well operation and activities
- Mud logging service crew
- Tubular handling service crew
- Cement unit service crew
- Completion Fluid Engineers and Filtration Engineers/Technician
Contractor shall furnish the number and classifications of personnel to operate each drilling rig & associated
equipment, including chefs & doctors, and site security team, etc. In addition to that, Contractor shall supply
the resume of Contractor’s personnel to Company (limited on the personnel not covered in Drilling Part of
Tender).
Contractor shall organize experienced personnel working on the drilling rigs, at the operating/work base and
in Contractor’s main office for the Work.
Minimum requirements on Contractor personnel’s Training and certificate are required as following:
- Fire Fighting
- First Aid
- H2S safety training certificate
Well Control Certificate is the minimum requirement to the following position of Contractor’s Personnel:
- Rig Manager
- Senior Tool Pusher
- Tool Pusher
- Driller
- Assistant Driller
- Derrick Man
- Mud Engineer
CNOOC IRAQ LIMITED

- Mud Logging Engineer


Contractor’s personnel shall be on routine shift rotation as per Contractor’s management.
Contractor shall propose the CV and the summary sheet of all related service crew as follows:
Total Work Work Experience in Main Worked Experience and English
Education, Relevant Project &
No. Full Name Position Nationality Age Experience the Position Attestations Language
Degree Area of Worked
(in years) (in years) by Profession for the Past Period Level

2.3 EQUIPMENT, TOOLS AND MATERIALS


The equipment, tools and materials that Contractor shall provide under Drilling Rig Supporting Service for
Lower Completion of Horizontal Wells and Well Temporary Abandonment are inclusive of but not limited
to:-
- Drilling rig and associated equipment.
- Top drive c/w mud saver valves, upper & lower IBOP.
- Bit breaker, drift tool for drilling tools & all size casing & tubing.
- Drill pipes, HW Drill Pipe, all necessary X-over and lifting subs, and weight indicator (Mud Watch
system) for completion.
- BOPs, bell nipple, choke and kill manifold & lines, burning line remote operated choke, oil and gas
separator, adequate vent lines.
- Replacement rubber goods, elements, Gaskets, seals and all normal consumables for Contractor’s
annular type preventers, ram type preventers, BOP stack and controls. BOP’s handling, installation
and testing equipment (HP pump, tester cup, tester stump, testing equipment).
- Adaptor between well head & BOPs extended drilling spool.
- Tester cups for all casing sizes.
- Tanks for fuel, water, and working fluid.
- Rig facilities pump.
- Lifting equipment for Contractor’s & Company’s equipment & tools at well site (Crane and forklift,
etc.).
- Rig camps.
- Rotatable casing scraper with all necessary X-overs, etc. for well completion operation.
- 8-1/2”, 8-1/4”, 6.0” and 5-5/8” tri-cone bits, stabilizers, float valves and X-overs for well wiper trip.
- Fishing Jars and flexible joints
- Other X-overs used for rig completion supporting service.
- Chemicals and additives for Well Completion Fluid
- Filtration Units for Well Completion Fluids
- Tubing Handling Equipment with torque monitoring and recording devices, single elevator,
elevator, safety clamps, false rotary, slips and related equipment for running perforated liner, blank
pipes, packer, tubing & flush tubing, sand screen, etc.
- Conventional Fishing tools for all completion down-hole tools.
- Repair and replacement parts for Contractor furnished fishing tools.
- Purify & Filter equipment for Diesel.
- Lubricant / grease/ hydraulic oils/ cleaning solvents for the rig and associated equipment.
- Dope / thread lock for slotted liner or perforated liner, tubing & completion tools, etc.
- Water for well operation activities and living water.
- Consumables for drilling rig and equipment for all Lower Completion Operation Service for
Horizontal Wells and Well Temporary Abandonment Service.
- Other consumable materials and spare parts, such as screens, pistons, oxygen, acetylene & steel
wire, etc.
- Boarding for Stand Back Area (wooden mats).
- Matting boards for Rig and related equipment base, etc.
- Diesel fuel for rig, camp, service equipment beyond project schedule.
- HSE equipment and instrument as required for completion operation.
CNOOC IRAQ LIMITED

- Office facility for Company representatives on rig site.


- Contractor’s operation/work / base facility.
- Equipment not mentioned above but necessary to satisfy the operation requirement.
The requirement and specifications on the above mentioned equipment, tools and materials in Drilling Part
of Tender shall be applicable in Lower Completion Operation Service for Horizontal Wells and Well
Temporary Abandonment Service Part of the Tender.
For more specified details on responsibility distribution, please refer to Responsibilities Matrix.
2.3.1 Well Completion Fluids and Filtration Service
Contractor shall provide filtrated well completion fluid. The minimum property requirement of the filtered
well completion fluids are summarized as below: -
1) The density calculation and optimization of Work Fluid should be based on the current reservoir
pressure for each well subject to operations. Adjusting the weight of Work Fluid shall be according
to the well loss volume, flow and as per operations requirements
2) Comparing to the adjacent well historical data for optimizing the density of Work Fluid. Based on
current formation pressure, the density of Work Fluid should be with safety margin ≥ 0.05SG.
3) In consideration of the fact that MISSAN Oil Fields mainly include limestone reservoirs, which are
not sensitive to external fluid and adopt acidification before being put into production, clean brine
can be used as completion fluid. Clean brine is recommended as the perforation fluid when casing
perforation is used and the density of the perforation fluid is adjustable within the range of 1.0 SG-
1.15 SG. It is determined to use sodium chloride brine as base fluid plus corrosion inhibitor as
casing perforation completion fluid.
4) Work Fluid’s density should be in the range of 1.0 SG-1.15 SG.
5) Bidder should submit the technical specification and the measures of perforation fluid to protect
the reservoir. Minimum grain size in base fluid ≤2 micron.
6) Core permeability damage <15%. Core permeability recovery rate>85%.
7) Turbidity should be designed to be less than 30NTU.
8) Static hydraulic pressure should be approximate 300psi higher than that of the target reservoir.
9) ASMARI formation: work fluid pH<6, 9.5 <packer fluid pH < 10 with corrosion rate <
0.076mm/year. MISHRIF formation: work fluid pH>7, 9.5 <packer fluid pH < 10 with corrosion
rate < 0.076mm/year, and Bidder should provide relevant experiment report.
10) Gelling fluid (Hi-vis pill) with funnel viscosity > 100s.
11) Bidder should submit the report of each kind of fluid to introduce the details about the formula and
the main function of fluids.
12) Acid-Soluble LCM pill can bear 300psi pressure after plugging operation to perforation interval,
and bidder should submit the lab evaluation report of temporary plugging material suitable for
reservoirs in MISSAN Oilfields.
13) Filtration Units requirements: Company shall have the right to inspect the Equipment offered for
this Contract before commencing the Agreement and during the course of the Agreement. Since the
Equipment be defective or could not meet the requirements, Bidder shall at his own cost to replace
such Equipment, otherwise the Company will hire this Equipment from a third Party at Bidder’s
cost. Bidder shall provide layout and corresponding devices specification.
Bidder should submit the formulation for each type of work fluid as follows:-
No. Fluid Type Fluid Formulation
1 Completion Fluid
2 Well Killing Fluid
3 Viscous pill, FV(funnel viscosity)≥100S
4 Solid-free loss control pill with no damage to reservoir
Acid-Soluble LCM pill Type A
5 Acid-Soluble LCM pill Type B
Acid-Soluble LCM pill Type C
Note
Bidder shall collect the required core samples from Company for each pay zone and shall conduct the
required studies to ensure the proposed work fluid formula is compatible with the reservoirs (Core
permeability recovery rate>85%). The lab test report shall be submitted to Company for approval
within two (2) months sooner after awarded. Bidder shall adjust the work fluid formula as per study
CNOOC IRAQ LIMITED

results accordingly.
Bidder shall submit in Technical Part of the Bidding Documents the technical description of all proposed
mud chemicals which could be used during well completion operations.
Bidder Bidder Bidder
Item General Description
Coding Specification Packing
1 NaCl, Weight material
2 CaCO3, Weight material
KCL, Weight material & Clay swelling
3
inhibitor
4 NaOH, Alkalinity Controller
5 Na2CO3, Alkalinity Controller
6 PH Stabilizer
7 Oxygen scavenge
8 Clay Inhibitor
9 Defoamer
10 Demulsifier
11 Casing Cleaner
12 NaHCO3
13 Polymer
14 Corrosion Retarder
15 Gel Breaker
16 Casing Cleaner
17 Viscosifier
18 Modified Starch
19 HT Modified Starch
20 LCM
21 Sulfide Scavenger
22 Bactericide
23 Clay Stabilizer
Solid-free loss pill with no damage to
24
reservoir
Bidder shall have a laboratory in MISSAN Oilfields to implement fast sample test analysis. Fast Lab Tests
are included: -
Equipment List and Agent and Procedure
No. Experiment
Specification consumables
1 Density test
2 Viscosity test
3 NTU test
4 Filtration test
5 Liquid and Solid Content
6 pH value
7 Water salinity
8 Chlorine Ion Content
2.3.2 Cement Equipment and Tools for Service
Contractor shall provide the Cement Units with Operators to execute relevant pressure tests, e.g. BOP
pressure test, Wellhead and X-Mass Tree Pressure Integrity Test, tubing pressure integrity tests during
running, in hole, sealing effectiveness verification test for packers, etc.
Item Equipment / Tools Description Technical Specification
Truck-mounted twin triplex cementing pump Unit with
1
pressure rating ≥10000psi
CNOOC IRAQ LIMITED

2 Water Supply Pump


3 Mixing Water Tanks
Etc., to be added by Bidder
2.3.3 Mud Logging Equipment and Tools for Service
Contractor shall provide a complete set of Mud Logging Equipment, including all qualified personnel. The
technical specification requirement shall be the same as stipulated in Drilling Part. The Scope of work shall
include but not limited to the following:
1) To provide Standard Mud logging Service.
2) To provide Real Time Data Integration and Transmission.
3) To provide Accurate Kick Detection Service.
2.3.4 Tubular Handling Equipment and Tools for Service
Contractor shall furnish with the following Tubular Handling Equipment and Tools for service:
Contractor's Proposal
Ite
Qty Company's Requirement Descripti
m Manufacturer
on
A. 2-3/8" – 7-5/8" Tubular Handling Equipment and Tools
1 2 Power Unit, electricity driven (60 Hz), c/w all accessories
Power Unit, diesel engine driven, c/w all accessories (as site
2 2
back-up unit)
Casing and Tubing handling & running equipment for pipe size
3 2 up to 7-5/8” casing , automatic casing tongs & services, special
tools for 13Cr and/or 25Cr material
Power Tubing Tong, c/w 2-3/8" to 6.05" jaws assembly, hydraulic
4 2 back-up mechanism, hanger spring, lift ram, load cell and torque
gauge
Power Tubing Tong, c/w 2-3/8" to 6.05" jaws assembly, hydraulic
5 2 back-up mechanism, hanger spring, lift ram, load cell and torque
gauge (as site back-up unit)
Joint Analyze Makeup unit ( Computer Torque / Turn control
6 2
unit)
7 2 150 Ton Elevator, slip type, c/w 5-1/2" inserts
8 2 150 Ton Elevator, slip type, c/w 4-1/2" inserts
9 2 150 Ton Elevator, slip type, c/w 4" inserts (for 4" Flush Tubing)
10 2 75 Ton Elevator, slip type, c/w 4" inserts (for 4" Flush Tubing)
11 2 75 Ton Elevator, slip type, c/w 3-1/2" inserts
12 2 75 Ton Elevator, slip type, c/w 2-7/8" inserts
13 4 5-1/2" Single Joint Elevators c/w sling and swivel
14 4 4-1/2" Single Joint Elevators c/w sling and swivel
15 4 4" Single Joint Elevators c/w sling and swivel
16 2 3-1/2" Single Joint Elevators c/w sling and swivel
17 2 2-7/8" and 2-3/8" Single Joint Elevators c/w sling and swivel
18 2 5-1/2" Rotary Manual Slip, SDML type
19 2 4-1/2" Rotary Manual Slip, SDML type
20 2 4" Rotary Manual Slip, SDML type
21 2 3-1/2" Rotary Manual Slip, SDML type
22 2 2-7/8" and 2 3/8" Rotary Manual Slip, SDML type
Power Tubing Slip, spider type, air operated, w/ cable slot, c/w 5-
23 2
1/2", 4-1/2", 3-1/2", 2-7/8", 2-3/8" inserts, control and hoses,
24 2 Safety Clamp for 5-1/2" tubing
25 2 Safety Clamp for 4-1/2" tubing
26 2 Safety Clamp for 4" tubing
27 2 Safety Clamp for 3-1/2" tubing
28 2 Safety Clamp for 2-7/8" tubing
CNOOC IRAQ LIMITED

Contractor's Proposal
Ite
Qty Company's Requirement Descripti
m Manufacturer
on
29 2 Safety Clamp for 2-3/8" wash pipe
30 4 5-1/2" Stab in Guide
31 4 4-1/2" Stab in Guide
32 4 4" Stab in Guide
33 2 3-1/2" Stab in Guide
34 2 2-7/8" and 2 3/8” Stab in Guide
5-1/2" 17.00ppf Tubing Drift (one standard, one short for monkey
35 4
board drop)
4-1/2" 12.60ppf Tubing Drift (one standard, one short for monkey
36 4
board drop)
4.0" 10.90ppf Flush Tubing Drift (one standard, one short for
37 4
monkey board drop)
3-1/2" 9.20ppf Tubing Drift (one standard, one short for monkey
38 2
board drop)
2-7/8" 6.40ppf Tubing Drift (one standard, one short for monkey
39 2 board drop)
2-3/8" wash pipe (4.60ppf, NU B*P)
Storage Container, certified for handling equipment, c/w certified
40 2
lifting slings
B. CRA (Corrosion Resistance Alloy) Tubular Handling Equipment and Tools for different
completion materials with high content of Chrome
7.630 Power Tong c/w Hydraulic Back-up, Hanger Spring, Lift
1 2
Ram, 2-3/8" to 7" Jaws Assembly, Load Cell and Torque Gauge
Joint Analyze Makeup unit ( Computer Torque / Turn control
2 2
unit)
3 2 5-1/2" Micro Grip jaws for 7.630 Power Tong
4 2 5-1/2" Micro Grip Rotary Manual Slips
5 2 5-1/2" Micro Grip Safety Clamp
6 2 5-1/2" Single joint Elevators (Chrome Faced)
7 2 5-1/2" Side door Elevators 100 Ton (chrome faced)
8 2 4-1/2" Micro Grip jaws for 7.630 Power Tong
9 2 4-1/2" Micro Grip Rotary Manual Slips
10 2 4-1/2" Micro Grip Safety Clamp
11 2 4-1/2" Single joint Elevators (Chrome Faced)
12 2 4-1/2" Side door Elevators 100 Ton (chrome faced)
13 2 3-1/2" Micro Grip jaws for 7.630 Power Tong
14 2 3-1/2" Micro Grip Rotary Manual Slips
15 2 3-1/2" Micro Grip Safety Clamp
16 2 3-1/2" Single joint Elevators (Chrome Faced)
17 2 3-1/2" Side door Elevators 75 Ton (chrome faced)
18 2 2-7/8" Micro Grip jaws for 7.630 Power Tong
19 2 2-7/8" Micro Grip Rotary Manual Slips
20 2 2-7/8" Micro Grip Safety Clamp
21 2 2-7/8" Single joint Elevators (Chrome Faced)
22 2 2-7/8" Side door Elevators 75 Ton (chrome faced)
… As per completion operations actual requirements
NOTE:
Bidders are requested to update the aforesaid equipment/tool list to match with the actual requirements.
2.4 SCOPE OF SERVICE
The Scope of Service that Contractor shall provide under Drilling Rig Supporting Service for Lower
Completion of Horizontal Wells and Well Temporary Abandonment are inclusive of but not limited to:-
CNOOC IRAQ LIMITED

- Lower Completion Operation for Horizontal Wells with drilling rig, rig associated equipment and
rig crew.
- Well Temporary Abandonment with drilling rig, rig associated equipment and rig crew.
- Scrape 6-5/8”, 7”and 9-5/8”casing.
- Trim/Dress out the stage-cementing collar to eliminate any obstacles.
- Well completion fluids and filtration services
- Super clean mud tanks and circulation system prior to contain completion fluid
- Mud logging and real-time data transmission service, completion data recording service.
- Tubular handling service for all completion string.
- Installation service of wellhead, tubing spool and X-mas tree, running/ retrieving BPV & check
valve.
- Fishing service for all down-hole tools.
- Communication via internet and phone on site.
- Medical service, first aid treatment, medicine and medical evacuation onsite.
- Catering and accommodation service for contractor personnel.
- Catering and accommodation service for Company personnel at well site for each rig (at least two
single bed rooms and two offices shall be provided for Company men)
- Office for Company man, the facility shall be provided in the office including the desk phone,
internet, fridge, walkie-talkie, desk, chairs, mud logging monitor, etc. Management, maintenance,
loading and unloading of materials, tools and equipment provided by Company at well site.
- Transportation for Contractor’s material & personnel.
- Transportation for Company’s equipment, tools & materials between Company warehouse and well
site; transfer Company’s surplus material between well sites.
- Welding/cutting on site.
- Inspection, maintenance and keeping good condition of drilling rig and all associated equipment
- IWCF or IADC well control, H2S, first aid, CPR, firefighting, HSE related emergency measures,
and other required training for relevant Rig Contractor’s personnel
- Storing and managing Company’s equipment & materials at well site.
- Well site recovery and waste disposal (include all industrial and living rubbish & waste oil & water)
after rig moving out.
For more specified details and information regarding with the services and time schedule estimations, please
refer to Conceptual Designs for Lower Completion Operation for Horizontal Wells and Well Temporary
Abandonment.
3. CONCEPTUAL DESGIN FOR LOWER COMPLETION OPERATION FOR HORIZONTAL
WELLS AND WELL TEMPORARY ABANDONMENT
3.1 COMPLETION METHOD FOR TEN (10) WELLS
Horizontal Vertical Vertical Vertical Deviated
Well Profile
Well Well Well Well Well
Well Quantities 4 2 1 2 1
MISHRIF ASMARI ASMARI
Well MISHRIF MISHRIF
Oil Oil Producer Oil Producer
Functionality Water Injector Oil Producer
Producer
NOTE
Company reserves the right to adjust the well profiles, well targets, well functionalities and
completion methods as per the future approved Geological and Reservoir Requirement.
CNOOC IRAQ LIMITED

3.2 ESTIMATED TIME SCHEDULE FOR LOWER COMPLETION AND WELL


TEMPORARY ABANDONMENT WITH DRILLING RIG
3.2.1 CONCEPTUAL DESIGNS FOR COMPLETION OPERATION FOR MISHRIF HORIZONTAL
OIL PRODUCERS
Estimated Estimated
Ite Conceptual Designs for Completion Operation for MISHRIF Time Time
m Horizontal Oil Producers
(Hours) (Days)
A. WELLBORE PREPARATION PRIOR TO INSTALL LOWER STAND-ALONE
PERFORATED PIPE FOR WELL COMPLETION
Conduct relevant pressure integrity tests for BOP stacks using cement
A-1 12 0.50
unit and/or Hydraulic Hand Pump.
6-5/8” or 7” Casing Scraper Run prior to running stand-alone perforated
pipe: M/U and RIH w/Casing Scraper BHA (including drilling or
A-2 fishing jar), scrape the intervals for packer setting while RIH. Run close 36 1.50
to float collar depth and then thoroughly clean out the cased-hole at high
flow rate. POOH.
B. INSTALLATION OF STAND-ALONE PERFORATED PIPE IN OPEN-HOLE
Make up 4.0” or 4-1/2” OD stand-alone perforated pipes including
Guide Shoe, 4.0” or 4-1/2” perforated pipes, swellable packers, 4.0” or
4-1/2” blank pipes and 7.0”x4-1/2” Hydraulic-Set Rotating Liner
Hanger/Packer. RIH on the optimized work string (including drill pipe,
B-1 HWDP, drill collars) to desired depth. Drop the setting ball and chase 60 2.50
the ball to ball seat, set the liner hanger, release the setting tool, shear
out the ball seat and then set the top packer. Circulate to displace the
hole above TOL with filtered completion fluid. POOH and L/D the
setting tool.
C. INSTALLATION OF WATER INJECTING STRING AND X-MAS TREE
RIH w/Temporary String to 2000m as minimum. Land tubing hanger
C-1 25 1.04
into the tubing spool.
N/D Bell Nipple and BOP stacks, Install X-Mas Tree. Conduct relevant
C-2 24 1.00
pressure integrity tests using cement unit and/or Hydraulic Hand Pump.
Total 157 6.54
3.2.2 CONCEPTUAL DESIGNS OF WELL TEMPORARY ABANDONMENT FOR VERTICAL OR
DEVIATED CASED-HOLE WELLS
Estimated Estimate
Ite Conceptual Designs of Well Temporary Abandonment Time d Time
m For Vertical or Deviated Cased-Hole Wells
(Hours) (Days)
A. INSTALLATION OF X-MAS TREE
N/D Bell Nipple and BOP stacks, Install X-Mas Tree. Conduct relevant
A-1 24 1
pressure integrity tests using cement unit and/or Hydraulic Hand Pump.
Total 24 1
Notes:
The aforesaid conceptual designs and estimated operation times is derived from MISSAN historical data
and are exhibited for reference. The actual operation procedure and operation time shall be slightly adjusted
based on the approved Geology & Reservoir Requirement issued by Company.

--- End of EXHIBIT “4-6”, ATTACHMENT 4 of APPENDIX A---


CNOOC IRAQ LIMITED

APPENDIX A– ATTACHMENT 5
GENERAL TECHNICAL REQUIREMENTS

1. SCOPE OF WORK AND TECHNICAL REQUIREMENTS


The Scope of general technical requirements shall be specified in details in the following Exhibits:
 Exhibit 5-1 General requirements
 Exhibit 5-2 Logistic requirements
 Exhibit 5-3 Construction requirements
CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 5-
EXHIBIT “5-1”

GENERAL REQUIREMENTS

FOR

DRILLING RIG AND ASSOCIATED SERVICES FOR

NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

1. COMPANY has the right to cancel drilling operation for 36" hole and 30" conductor cementing,
COMPANY shall inform Contractor(s) the well quantity for cancelling this section operation
before signing Contract. COMPANY has the right to change or cancel wireline logging items, and
the total price for this cancellation shall be decreased accordingly from the lump sum price of the
well. And Company has the right to request Contractor to use 17-1/2" bit as backup.
2. Contractor is responsible for installing and pressure test of X-mas tree or blind flange for Vertical
well when finish drilling operation.
3. COMPANY has right to request CONTRACTOR use mud motor in lower section of 16" borehole.
4. Contractor shall provide rotary steer tools for drilling 8-1/2" borehole and 6" borehole in Mishrif
horizontal well as per Company’s requirement. Company has the right to request Contractor to use
the conventional directional drilling tools instead of rotary steer tools.
5. Company has the right to require contractor to use Company Material in advance, such as drilling
bit, cement, etc, and the cost of used material shall be deducted from well price. Company has the
right to refuse any tools from contractor if these tools have history of failed operation in Missan
oil field.
6. The decision for casing shoe setting depth should be confirmed from COMPANY before running
casing.
7. The country of origin of casing accessories and liner hanger shall be as per Missan Oil
COMPANY’s requirements (All Qualified Supplier from Missan Oil COMPANY) and
instructions, including USA, Japan, Canada, and West Europe, or any other countries which
may be approved by Missan Oil COMPANY. Before each well spudding, Contractor shall submit
certificate of origin which should be stamped by Iraq embassy, TPI certificate as COMPANY
Requirement, commercial invoice, package list, API manufacturing certificate, ISO Certificate,
Product specifications, Product operation procedure etc. The TPI scope shall follow
COMPANY’s requirement as attachment in this “General Requirement”.
8. Contractor shall provide drilling programs to COMPANY to review at least two weeks before
spud-in, and Contractor shall provide cementing program for 13-3/8”, 9-5/8” and 7” casing to
COMPANY with lab test result, software analysis, etc. at least two days before operating.
Contactor shall get the approval for drilling program from COMPANY before well spud-in, and if
there is necessary to change program which approved by COMPANY in drilling operation,
Contractor shall submit the change scope to COMPANY for approval. Contractor should report
their any trajectory change for horizontal wells drilling according to downhole actual situation to
Drilling department of FOD and Geological and Reservoir department of FOD timely for approval
9. The daily reports shall be sent to COMPANY representative on or before 7:00 AM every day in
operation duration, and Contractor shall submit the cementing program and casing tally to
COMPANY ahead 24 hours before cementing job, and cementing report should be submitted
within 24 hours after job. The summary for each hole sections operation and for all well drilling
operation should be submitted to COMPANY representative within three (3) calendar days after
each operation completed. COMPANY will perform the payment after approving the summary
submitted by Contractor.
10. Contractor should provide the torsion monitor indicator service during casing running, and submit
the monitor record to COMPANY representative after running casing and tubing for gas seal casing.
CNOOC IRAQ LIMITED

11. Contractor’s materials for drilling fluid and cementing operation, for the bulk material and common
additives shall comply with API standard, for the special additives which manufactured follow its
own technology, also need to comply with ISO standards or industry standard, Contractor shall
provide the COMPANY with manufacturer inspection report, certificated of origin, TPI,
commercial invoice, and package list. It is necessary to get COMPANY approve before being used
by the Contractor, the detail TPI scope shall follow COMPANY’s requirement in attachment of
this “General Requirement”.
12. The mobilization plan for each rig should be submitted to COMPANY for approval before being
mobilized, and each rig should be checked before acceptance by COMPANY.
13. Contractor is responsible for the delay for executing wire-line logging, LWD, MWD, other
directional equipment and cementing job due to the shortage of proposed equipment.
14. COMPANY will perform the checking and inspection before spud-in for each well and 8-1/2”
interval, and the inspection standard shall follow industry inspection criterion. COMPANY has the
right to reject spud-in if the inspection cannot meet COMPANY’s requirement, and COMPANY
has the right to reject to spud-in reservoir formation if the inspection cannot meet COMPANY’s
requirement. And the related time loss and modification cost shall be at Contractor’s
responsibilities.
15. COMPANY is not responsible for the excess consumed mud / cement volume which is over the
estimated, and COMPANY also is not responsible for the COMPANY materials excess the Scope
of work caused by Contractor.
16. Contractor shall try his best to drill and cement the wells as per the program and provide the
preliminary evaluation report of CBL/CBMT logging. In the event the CBL/CBMT logging
indicates poor cement bonding then Contractor undertakes to remedy the cementing job as long as
such remedy will not affect the integrity of the well. However if both parties could not reach to an
agreement on the logging results, both parties will refer the matter to a Third Party which is to be
agreed by both parties, the charge of third party evaluation shall be taken by Contractor. If
Contractor is failed to remedy, COMPANY has the right to refuse acceptance until Contractor
remedy it.
17. Contractor is required to perform cement jobs with best possible results; Contractor will be
responsible for the required remedy when got bad cement quality, for 9-5/8” casing cementing and
7” casing cementing, Company shall cut half of cement service cost and material (exclude casing
accessories and liner hanger) if the POOR quality percentage is more than 35%. For 13-3/8” casing
cementing, Company shall cut half of cement service cost and material (exclude casing accessories
and liner hanger) if the POOR quality percentage is more than 45%.
18. Company has the rights to change the cement service subcontractor at any time according
to their performance or cement quality for each corresponding section. The new
subcontractor needs to be approved by company.
19. Contractor shall submit the cement bond evaluation standard for their logging tools before start the
execution of this Agreement. And the standard shall be comfortable with oil industry standards.
20. Contractor shall submit the original logging curve and cementing bond evaluation report to
COMPANY after cement bond logging. COMPANY shall evaluate the cement bond result
according to the evaluation standard provide by Contractor, and get conclusion.
CNOOC IRAQ LIMITED

21. Contractor shall submit initial reports within 24 hours if any accident happened in Agreement
duration. Contractor shall make the report in order to analyze the bad quality of drilling operation
or related service job if it happens during the operation, the optimizing solutions and suggestion
shall be provided in the report accordingly.
22. Contractor provides security team, the private security companies (PSCs) shall have a valid MOI
license.
23. Contractor should comply with the COMPANY’s regulation of VISA application and security
clearance; Contractor has the right to change their personnel after getting approval from
COMPANY, COMPANY has the right to change Contractor’s disqualified personnel.
24. COMPANY has the right to change any Sub-Contractor of services in the Agreement if repeating
failure drilling operation and services by Contractor, COMPANY shall inform Contractor at least
one month in advance. Contractor shall have the backup Sub-Contractor list for operation.
Contractor shall provide the backup Sub-Contractor name for cementing service in its proposal.
25. Contractor shall take all responsibilities for legal, finance and other losses if any accidents caused
by Contractor’s or his Sub-Contractors’ negligence, or Contractors’ drilling activities breach the
approved drilling design and international drilling standards.
26. Contractor shall provide any analyses and documents for any underground problems.
27. Contractor shall submit related qualification documents of subcontractor to COMPANY for
approval before spud in. Contractor and his subcontractor shall take joint liability for the
subcontracted work. COMPANY’s approval for the subcontractor won’t reduce any of this joint
liability. Contractor shall manage his subcontractors and ensure all the subcontractors work in line
with COMPANY management regulation. Contractor shall get approval from COMPANY before
changing subcontractors at any occasions.
28. The well name, well target, well type, well location, and well depth, drilling sequence could be
changed according to geological and reservoir requirements.
29. COMPANY has the right to check and review the required certificates for drilling rig and
associated materials/equipment at any time, COMPANY has right to stop drilling operation if the
required certificates cannot be provided or invalid, all the cost due to this shall be borne by
Contractor.
30. Contractor shall provide the organization structure for management project and operation project
for each rig.
31. For each candidate well, at the end of the drilling operations and prior handover the well to
completion, the last step of the drilling operations should be wiper trip with full gauge drilling
BHA and Contractor & Drilling Supervisor should assure that drilling BHA is Pulled out smoothly
from well TMD without reaming/back reaming and without any tight spots (The completion
supervisor shall witness the wiper trip operations prior handover the well to Down Hole Operation
of FOD).
32. Contractor shall provide their sub-contractors list and signed Contract cover with their sub-
Contractors before operation.
33. Contractor shall be responsible for all losses of under surface accidents and on surface accidents
which includes but not limited to well control, HSE accidents, high pressure salt water in the Lower
Fars formation, potential abnormal pressure formation drilling, mud loss, drill pipe stick and others
complex.
CNOOC IRAQ LIMITED

34. Contractor shall take all the responsibilities for HSSE and well control issues and risks in operation
site and Contractor’s work bases during the Contract implementation, which shall include but not
limited to primary well control, secondary well control, tertiary well control, engineering safety,
rig & equipment & material safety, personnel safety and healthy, environment protection, food
hygiene and others.
35. When severe accident occurred, including but not limited to frequent drill pipe stick, blow out,
serious H2S harm, fire accident etc. COMPANY has right to require Contractor to cease all the
operation and resolve all the problems. If Contractor eventually failed to fulfill COMPANY
requirements, COMPANY has right to terminate the Agreement without any compensation. All
related cost and loss shall be at Contractor responsibility.
36. COMPANY shall check and inspect the capacities for rig equipment before spud-in and have the
rights to reject Contractor’s rig equipment or tool or other which is lower than the regulated
specification and Contractor shall take full responsibilities if be rejected. All the rig personnel
should submit all certificates as per Agreement requirement, and all certificates should be validity
and qualified, COMPANY shall audit their certificates as his proposal.
37. Contractor need submit all required certificates, such as Country of origin, TPI, Commercial
invoice, Packing list, etc, for his material and tools. If Contractor fails to provide, or the certificates
are disqualified, COMPANY won’t approve wells spud-in, and all the lost & penalty should be
paid by Contractor. The TPI venders should follow the latest policy of Oil Company and Iraqi
Ministry of Oil. The Country of origin shall get approval from COMPANY.
38. COMPANY has right to organize HSSE inspections for well site and Contractor working base at
any time. The inspections includes but not limit to spud in inspection, drilling into reservoir
inspection, well site handover inspection, and special inspection. COMPANY has right to assign
well site HSE supervisor for all Contractor operations. HSE supervisor shall report any hazard to
COMPANY. Contractor shall revise his operation, equipment and material as per COMPANY
instruction.
39. COMPANY shall deduct related price if the consumption of COMPANY’s materials and tools is
more than the quantity regulated in this Agreement.
40. For the training requirement mentioned in Matrix, according to the requirement of MoO,
Contractor shall propose the training plan, training place and the cost attached within their proposal,
the cost including VISA application, travelling, accommodation, catering and related cost shall be
borne by Contractor free of charge. The cost of training shall not be mentioned separately in Price
Proposal.
41. COMPANY has the right to require Contractor to use COMPANY stock materials priority beyond
the Responsibilities Matrix; and the cost for the materials as the price list in their Agreement shall
be duly deducted from the lump sum price.
42. CONTRACTOR shall keep an accurate record of Well Operations, activities on the Drilling Unit(s),
and any other pertinent information relative to the well which would normally be recorded in
accordance with good oilfield practice and/or which is compliance with COMPANY requirement.
This shall include, without limitation, a ‘Daily Drilling Report’, a ‘Daily Mud Report’, a ‘Wellhead
and casing Pressure Test Report’, a ‘Well Control Equipment Pressure Test Report’, bit record,
BHA and casing tally, deviation survey discs or charts, rates of penetration, weight indicator and
pump pressure charts and any and all relevant records and data specified by the COMPANY. All
CNOOC IRAQ LIMITED

the report forms shall get agreement with COMPANY. At the end of each day CONTRACTOR
shall deliver to COMPANY a soft copy and a legible copy Daily Report thereof and a legible copy
of other data relating to Well Operations. The Daily Reports and other reports thereunder
COMPANY requirement are to be duly signed by CONTRACTOR’s Representative. On
agreement of the content of the Daily Reports, COMPANY’s Representative shall sign it. Without
limitation, the Daily Reports shall give an accurate log and history of each well showing the depth
drilled, formations encountered and penetrated, depth cored and footage of cores recovered during
the preceding twenty four (24) hours, and the results of the tests of well control devices.
43. COMPANY shall provide the electric power for CONTRACTOR’s camp (s) if available for
COMPANY.
44. CONTRACTOR should priority to procure the Iraqi origin material if available, as per the
instruction form Iraqi Ministry of Oil.
45. CONTRACTOR shall provide Drilling Technical training including cement and drilling fluid new
systems courses overseas for seven (7) COMPANY’s personnel, and drilling technology for seven
(7) personnel at reputable training center with two (2) weeks excluding traveling days respectively
(Only once training). CONTRACTOR shall be in charge of visa application and transportation
(such as airline tickets), accommodation, and pocket money for the two trainings above mentioned.
46. CONTRACTOR shall provide advanced wireline logging and control operation activities mud
logging training for six (6) COMPANY’s personnel. CONTRACTOR shall be in charge of visa
application and transportation (such as airline tickets), accommodation, and pocket money for the
two trainings above mentioned. Arranging one group or two groups for these two topics training,
and training duration is two (2) weeks including travel days, and the training subject is control
operation activities mud logging and advanced wire-line logging.
47. During the training conducted for Company personnel regardless of in or outside of Iraq,
Contractor shall insure all trainees/attendees with sufficient Personal Accident insurance to cover
the risks against any and all accidents and emergency situations. Contractor shall, as its own cost
and expense, at all times during the training, including travelling days from and to the
trainees/attendees residence, take out and maintain adequate personal insurance for them.
Basically, the minimum insurance package shall cover medical expenses including but not
limited to emergency hospitalization, healthcare if threatening life and limb, emergency dental
care, evacuation of the injured to his/her country of origin, repatriation of remains, etc.
48. CONTRACTOR shall provide two (2) pickup cars for transportation of COMPANY personnel
(DTD department) within contract duration.
49. CONTRACTOR shall designate the qualified drilling management personnel, drilling technical
personnel, geological technical personnel and completion technical personnel to work in
COMPANY’s office to deal with the management, technical and commercial issues during
performing the contract. CONTRACTOR shall submit these personnel resumes to COMPANY for
approval before performing the contract. CONTRACTOR shall not transfer those personnel who
work in COMPANY’S office without COMPANY’S consent.
50. Contractor shall follow the new regulation of Iraqi Ministry of Oil for the material importation
permission.
51. In order to solve the complex situation of repeat mud loss in payzone, Contractor should make
fully study for new technology, such as MPD, and reply to Company for the technical proposal.
CNOOC IRAQ LIMITED

52. Contractor should have the valid certificates for ISO 9001/14001 and OHSAS 18001 or ISO 45001
certificates with English model belonging to the Contractor itself just; all the documents and
certificates should be in English.
53. Contractor site should provide training courses on the management of cement and drilling fluids
in well site outside of Iraq for COMPANY’s site mud and cementing engineers, the training
should last at least two (2) weeks without the travelling duration.
54. The following items are key items for this project, Contractor is required to meet all the
requirements strictly, Contractor will be disqualified if they cannot meet these requirements.

Item Key Service Item

1 Bidders are required to propose all Ten (10) wells as per lump sum mode.
The proposed rig quantity is required at least three (3) rigs with available time windows
2 from contractor, 2000HP for Mishrif Reservoir, 1500HP for Asmari Reservoir.
The rig(s) include equipment which under manufacturing will be disqualified.
The first well shall be spud-in within three (3) months and complete all other required rigs
3 mobilization within four (4) months from Contract effective date. Contractor shall ensure
the drilling rigs mobilization duration can meet Company’ operation plan window.
The Bidder are required to propose all associated services items as required in ITT (Note:
4
Sub-contractor shall be accepted).
The manufacture year of Proposed Rigs no earlier than Y2007, or the rig manufacture
5
year is later than Y2005, but it refreshed the main equipment in last two years.
The pressure of mud pumps is no less than 5000psi (or the capacity no less than 1600HP)
6
and the quantity is no less than three (3) sets for each rig.
Bidders shall submit the Third-Party Inspection (TPI) certificates for rigs and the
International Association of Drilling Contractors (IADC) certificate or promise to provide
7
the TPI after contract award. The TPI COMPANY shall follow the requirements of
Missan Oil COMPANY.
55. Catering Specification in well site shall meet the following information, Contractor shall provide
the catering and accommodation service for 12 Company men, and the cost of catering and
accommodation shall be deducted if less than 12 persons per day. Five bed rooms should be
provided with internet, bed with new mattress, fridge, table and chair and three rooms of them
should have mud logger monitor.
1) Key requirements:
The Contractor must ensure the quality of food provided:
o Fresh
o Halal
o Seasonal
o Organic when possible
o Fair Trade when possible
o Cooked from scratch
o Minimal use of frozen products
o Nutritionally balanced
o Healthy

2) Other requirements:
CNOOC IRAQ LIMITED

 The Contractor is responsible for food presentation that is prepared and presented to be
accessible and appealing to employees.
 All menus must offer nutritionally balanced meals.
 The Contractor must seek to improve eating habits of local employees
 Contractors are asked to consider the specification above and show innovation and individuality
to compile the menus that will be used at commencement of the contract.
 Not allowed to use the plastic dishes, bowl, spoons or any plastic tools.
 Contractor requires providing at least the following catering service packages: (required
Contractor to provide 12 packages, each package shall contain one option chosen by client as
per the package list)

Type of service Package


Breakfast Cheese - 3 options
Egg - 2 option
Potato
Bread -2 option
Hot drinks – 3 options (tea, coffee, chocolate)
Milk, sugar
Water
Biscuits
Cakes

Lunch - buffet Cold appetizers - 6 options


Meat – three options (beef, chicken, fish)
Hot dish - 6 options
Side Dish - 2 options
Dessert - 2 options
Fruits - 2 options
Cold drinks – 3 options
Hot drinks – 3 options (tea, coffee, chocolate)
Dinner - buffet Cold appetizers - 6 options
Hot dish - 6 options
Meat – three options (beef, chicken, fish)
Side Dish - 2 options
Dessert - 2 options
Fruits - 2 options
Cold drinks – 3 options
Hot drinks – 3 options (tea, coffee, chocolate)

56. CONTRACTOR shall adhere to the following COMPANY HSE requirements:


 Contractor should close all non-conformance items of rig inspection as per the definitive time,
and Company will create a list of penalty if it cannot be done timely.
 Contractor should report for any incident timely when happened, and Company will create a list
of penalty if it cannot be done timely.
 Contractor shall revise/modify the HSE management system every two years at least and/ or
when a significant event or accident happened.
 CONTRACTOR shall submit the JSA & SOP for all the onsite operation to Company prior to
start the operation.
 CONTRACTOR shall provide a special firefighting foam tank or foam extinguishers with total
volume no less than 100L for diesel tanks.
CNOOC IRAQ LIMITED

 CONTRACTOR shall provide one ambulance for each working area including BUS, BUN,
FQS, FQN, AGS and AGN, if the number of the rig is more than three in one working area, then
contractor should provide another one ambulance for this area.
 Contractor should provide CCTV for covering all the well site area, also at the main gate and
inside the accumulator, for the cameras installed should in compliance with the explosive-proof
grade in designated area, the CCTV system should have the ability for network transmission by
using the network from contractor side;
 Contractor should provide the portable 1000PPM H2S detectors for each rig site;
 Contractor should provide the portable N2 purity detectors for each rig site;
 CONTRACTOR shall have in place a Monthly Budget in order to pay for Weekly / Monthly
Safety Incentive Awards for rewarding prominent HSE staff on a weekly/monthly basis.
 CONTRACTOR should provide a high quality PPE for his employees, PPE should be
distributed twice a year, one time in summer while the other time in winter, also in case of
damaged PPE during work, the contractor should provide new PPE to the employees.
 Each drilling crew’s member should have at least two summer suits, two winter suits, one safety
shoes, one head helmet, pair of gloves and two goggles (White & Black), all these PPE should
be suitable for the nature of drilling job, according to the international standards and codes.
 Special employees such as welder, mechanic, etc. should have special PPE, which is suitable for
their duties; all these PPE should be suitable for the nature of the special duties according to the
international standards and codes.
 CONTRACTOR should abide by the Islamic law in terms of the food supplies and should
obligate his supplier/vendor to provide food items applicable to the Islamic law and in agreement
with HSE staff. The food should be prepared in rig site which is better for staff health.
 The work capacity of two firefight pumps (one is electrical pump and one is diesel pump) shall
cover all area of the well site.
 Each rig site should provide the catering crew with separated kitchen for CONTRACTOR crew
and local employees, food quality and resources should be strictly controlled. Contractor should
provide the catering crew who can cook inside the wellsite, transferring meals from outside is
not allowed.
 CONTRACTOR should provide the bedrooms with good housekeeping, bed clothes need to be
washed or changed for every two weeks.
 CONTRACTOR site should report to Company site about the incident according to the company
requirement, if not, COMAPNY have the right to cut five thousand (5000) US dollars for each
incident from the contract;
 The rectification rate of the nonconformities should be higher than 95% when drilling operation
for each well is finished, the CONTRACTOR site should give COMPANY a positive reply
about the targeted date to close the unclosed items, if the unclosed items not closed before next
well spud in, COMPANY have the right to cut five hundred (500) US dollars for each item from
the Contract Price of each well accordingly.
 For the unclosed items, penalty should be implemented immediately after one well finished
drilling operation, the standard penalty should follow as below:
 High risk or unacceptable risk 700US dollars;
 Medium risk 500US dollars;
 Low risk 200US dollars;
 For the repeated unclosed items, the penalty should be double.
CNOOC IRAQ LIMITED

 Low Risk is defined as risk which has been reduced as low as reasonable as practical,
likely to be safe without problems. Low risk falls within the white sections of the risk
matrix.
 Medium Risk is defined as risk which has been reduced as low as reasonable as practical
and is seen as being within reasonable limits; not excessive or extreme. Medium risk falls
within the yellow sections of the risk matrix.
 High risk or unacceptable risk is defined as risk which is denoting a group, plant, etc.
that is particularly subjected or exposed to a danger, or being particularly subject to
potential danger or hazard. This would include personnel, assets, environment, or
reputation. Any task that is assessed to fall within the parameters of high risk is not to be
conducted, until further controls are in place to reduce the risk of the denoted hazard.
High risk falls within the red sections of the risk matrix.

57. CONTRACTOR shall adhere to the following well control technical and managerial
requirements as below:
 CONTRACTOR should provide one set of BOP for back up, and the BOP specification
should follow the requirement mentioned in APPENDIX A: ATTACHMENT 3- exhibit “3-
1” – Drilling rig description-Land rig and its equipment-well control equipment-B8.1.
 Contractor shall make calculation in condition of overflow in 12-1/4” hole section, 8-1/2”
hole section and 6” hole section with specific software tools in the Well Drilling Program.
 Contractor shall provide all necessary tools and devices or H2S precaution in the Well
Drilling Program, the tools and devices shall be including but not limited to wind direction
indicator, explosion-proof exhaust fan, H2S monitoring apparatus and materials for
elimination of H2S.
 All well control equipment and engineering system shall be provided with valid quality
certification, calibration certification, TPI certifications.
 Technical standard and specification for all well control equipment and engineering system
shall meet relevant industrial standard as minimum.
CNOOC IRAQ LIMITED

 Contractor shall provide well control management regulation and SOP throughout the
organization and assign position with sole responsibility for well control management.
 Contractor shall set specific well control management organization and report line and all
personnel within the organization shall obtain valid well control certification according to
IADC recommendations, typically derrick man and above position need IADC well control
2 years certification or equivalent.
 Contractor shall keep well control equipment spare parts table below as minimum for each
rig:
Float sub
- 9-1/2" or 9" 2 set
- 8-1/4" or 8" 2 set
- 6-1/2" 2 set
- 4-3/4" 2 set
IBOP match with all size down hole string each 1 set
Annular BOP rubber core
- 13-3/8r BOP ru
- 21-1/4r BOP r
Ram and Seal rubber
- 5am and S/5.5rubber
- 3-1/2" 1 set
- VAR RAM 3-1/2rubbercoree down hole string
Shear ram 1 set
Manual and hydraulic valve assembly and parts. 1 set
BOP bolts
- 13-3/8ltsd hyd
- 21-1/4ltsd hy
O Ring
- R73 5 set
- BX160 5 set
- BX159 5 set
Universal joint 1 set
BOP control line 4 set
Package for BOP repairing and maintenance 3 set
High pressure oil squirt 1 package for each BOP
High pressure seal grease 1 eta
Brake valve assembly 2 set
Choke valve assembly 1 set
Pressure meter
- Small scale 2 set
- Large scale 2 set
- Pin valve for small scale pressure meter 1 set
Accumulator bottle and capsule 1 set
Tools for charge accumulator bottle 1 set
There-position four-way valve assembly 2 set
Liquid level meter 2 set
Audible and visual alarm 1 set
Accumulator filter 2 set
Accumulator pressure meter
- Accumulator/manifold pressure gauge(40Mpa) 2 set
- Annular BOP pressure gauge(25MPa) 2 set
- Air supply pressure gauge(2.5MPa) 2 set
Accumulator system relief valve 1 set
Electric and air pump pressure relay 1 set for each
Package for accumulator repairing and maintenance 1 set
Battery for chock control panel’s pump strike counter 2 set
58. CONTRACTOR shall adhere to the Compressed Gas Cylinders requirements as below:
CNOOC IRAQ LIMITED

 Cylinder body colors by specific gas should be different, the specific requirements are
shown in the table below

 All compressed gas cylinders supplied by vendor must be designed and manufactured to an
approved standard, and all compressed gas cylinders supplied to well site should have
certificate from manufacture, and all the compressed gas cylinders shall be periodically
examined at appropriated intervals according to related standards to ensure they remain safe
while in service;
 Flashback arrestors should be used mandatory on the flammable gas;

59. The following Basic Safety Devices Requirements shall be provided by CONTRACTOR for each
well,
No. Item Specification Unit Quantity Remark
1 Climbing for derrick man
ea 1
booster
2 Explosion
proof ea 10
interphones
3 Fall arrester 30m-50m ea 2
15m-20m ea 5
4 Dual trailer with buffer Set 5
safety belt without buffer Set 5
CNOOC IRAQ LIMITED

5 RCD Each room and fixed or


temporary electrical
junction boxes, mobile
electrical equipment
6 Earth
resistance ea 1
test device
7 insulation
boots and
Set 2
gloves for
electrician
8 Gas detector As pre contract
9 SCBA As pre contract
10 Smoke For each caravan, dog
Detector house, driller cabin and etc
11 SCBA
Set 1
charger
12 wind
indicator and Set 1
anemograph
13 Firefighting firefighting uniforms,
ea 4
Equipment helmets and shoes
35Kg fire extinguisher ea 4 Should be equipped in
8Kg fire extinguisher ea 10 firefighting house
5Kg fire extinguisher ea 7
Axe ea 2
Hook ea 2
Spade ea 6
Barrel ea 8
Fire hose with connectors:
m 100
∮65mm
∮ 19mm straight stream
ea 2
nozzle
fire blanket ea 2
8Kg fire extinguisher Each 2 for drill floor,
ea 10 generator, shale shaker,
diesel tank and mud tank
5Kg CO2 fire extinguisher Each 2 for Generator, VFD
ea 8 room, SCR room, MCC
room
35Kg fire extinguisher ea 2 Should be equipped in well
8Kg fire extinguisher ea 8 pad
Hook ea 2
Spade ea 4
Barrel ea 4
CNOOC IRAQ LIMITED

fire blanket ea 2
35Kg fire extinguisher ea 1 Should be equipped in
4Kg fire extinguisher for each camp area
ea
room
Fire blanket ea 1 Should be equipped in
8kg dry powder ABC fire kitchen and dining room
ea 4
extinguisher
5kg CO2 fire extinguisher ea 2
Fire sand m³ 4 At least 4m³
45 litters Foam type fire Should be equipped for
ea 3
extinguisher diesel tank
6 litters portable foam type
ea 6
fire extinguisher

60. Tenderer shall provide the following QHSE documents to show its QHSE system and QHSE
performance in recent years, these documents are the key reference for the technical evaluation of
QHSE part.

No. Document Name Requirements


1 QHSE Management Manual 1.The manual must refer to the following
documents:
ISO 9001:2015 Quality management
system
ISO 14001:2015 Environmental
management systems
ISO 45001:2018 Occupational health and
safety management system/OHSAS18001
Occupational health and safety management
system
2.The content of the manual must include:
Leadership and Commitments, HSE Policy,
Hazards Assessment, Organization,
Resources and Documentation,
Implementation and Operation, Emergency
Management and Accident Management,
HSE Management System Audit

2 Document Management
3 Management of Change
4 Contractor Management
5 Training Management
6 Risk Management
7 Emergency Management
8 Hazards Management
9 Accident/Incident Management
CNOOC IRAQ LIMITED

10 Quality Management
11 Operation Procedure Include all drilling operation procedures,
risk identification and control measures
12 PTW Management
13 Industrial Gas Cylinder Management
14 Hydrogen Sulfide Protection Management
15 Hazardous Chemicals Management
16 Crossed Operation Management
17 Personnel Qualification Management
18 Hot Work Management
19 Restricted Space Operation Management
20 Work at Height Management
21 Hoisting Operation Management
22 Electrical Safety Management
23 Security Management
24 Equipment Management
25 Well Control Management
26 HSE Management Data for the past five years Submit OSHA data for past 5 years
27 Environmental Protection Management
28 Waste Management
29 Radioactive Materials Management
30 Food Safety Management
31 PPE Management
32 Occupational Health Management
33 HSE Record Form This part must submit the following record
Forms:
1.Training Record Form
2.Emergency Drill Record Form
3.Pre-Spud in Inspection Form
4.Inspection Before Reservoir Form
5.Food Hygiene Inspection Form
6.Well Control Inspection Form
7.Equipment/Facilities
Daily/Weekly/Monthly Inspection Form
8.Accident/Incident Report Form
9.Stop Card Record Form
10.PTW Record Form
11. Risk Analysis Form
12.HSE Meeting Record Form
13. Storage and Use Record of Hazardous
Chemicals Form
14. Emergency Supplies List Form
15. Emergency Contact Form
CNOOC IRAQ LIMITED
Attachment –TPI Requirement

Document Review and Visual Inspection or all the Mill Test of manufacturer approved by TPI.
Third Party Inspection companies
SUPPLIER or Manufacturer / is required to supply the “Third Party Inspection” certificate, and the TPI
COMPANY/authority should following the “acceptance name list” by Ministry of Oil, Iraq, inclusive of
Intertek Global, TUV Rheinland, Rina, SGS, Al-Rookal Co. for Engineering Inspection Ltd and Bureau
Veritas.

Third Party Inspection Scope

(1) Casing Accessories

1-Float equipment

The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 –QUALITY management system requirements; ISO 18165:2001/API RP 10F – Performance
Testing Of Cementing Float Equipment; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe
threads.
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
- Document and QC record review
- Visual examination checks
- Witness tests
- Final inspection
ITEM INSPECATION
1- Raw Material Inspection/Verification Review
2- Functional Testing Witness
3- Thread & Dimensional Inspection Witness/ Review
4- Cement Test Verification Review
5- Final Inspection Witness
6- Packing inspection Witness
7- Review of calibration of various equipment Review
8- High pressure/high temperature test chamber Witness
9- Finite element analysis Witness
10- NDT inspection Witness

2-Stage Collars

The Scope of Inspection Must Be Witnessing for full manufacturing tests According To (API Standard ISO
9001:2008 –QUALITY management system requirements;
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line pipe
threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing

Type of inspection
- Document and QC record review
- Visual examination checks
-Witness tests
CNOOC IRAQ LIMITED

-Final inspection
ITEM INSPECATION
1- Raw Material Inspection/Verification Review
2- Functional Testing Witness
3- Thread & Dimensional Inspection Witness/ Review
4- Final Inspection Witness
5- Packing inspection Witness
6- Review of calibration of various equipment Review
7- High pressure/high temperature test chamber Witness
8- Finite element analysis Witness
9- NDT inspection Witness

3-Centralizers

The Scope of Inspection Must Be Witnessing for full manufacturing tests according to (API Standard ISO
9001:2008 –QUALITY management system requirements
ISO 10427-2:2004/API RP 10D-2 Recommended Practice for centralizer placement and stop collar testing
API SPEC 10 D – Specification for Bow Spring Centralizers
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
- Document and QC record review
- Visual examination checks
- Witness tests
- Final inspection
ITEM INSPECATION
1- Raw Material Inspection/Verification Review
2- Functional Testing Witness
3- Dimensional Inspection Witness/ Review
4- Final Inspection Witness
5- Packing inspection Witness
6- Review of calibration of various equipment Review
7- NDT inspection Witness

(2) Liner Hanger


The Scope of Inspection Must Be Witnessing for full manufacturing tests according to (API
Standard ISO 9001:2008 - QUALITY management system requirements; ISO 10427-3
API Spce 5B- Specification for threading, gauging and thread inspection of casing, tubing and line
pipe threads
API Spec 5CT- Specification for casing and tubing
ASTEM E18-08B- Standard Tests for Rockwell Hardness Testing
Type of inspection
Document and QC record review
Visual examination checks
Witness tests
Final inspection
ITEM INSPECATION
1- Raw Material Inspection/Verification Review
2- Functional Testing Witness
3- Thread & Dimensional Inspection Witness/ Review
4- Final Inspection Witness
5- Packing inspection Witness
CNOOC IRAQ LIMITED

6- Review of calibration of various equipment Review


7- High pressure/high temperature test chamber Witness
8- Finite element analysis Witness
9- NDT inspection Witness

(3) Analysis Report form for material & additive of drilling fluid and cementing
Analysis Report Report No:
Applicant Job No.
Product Sample No.
Location Date Nomination
Manufacture Date Date Sampled
Validity Date Analysis
Gross Weight Date Reported
Contract No. Invoice No.
Source
Sample collect by:
Appearance
Test Description Unit Test method Specification Result

END OF Exhibit“5-1”, Attachment 5 of Appendix A


CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 5-
EXHIBIT “5-2”

LOGISTIC REQUIREMENTS

FOR

DRILLING RIG AND ASSOCIATED SERVICES FOR

NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

1. CONTRACTOR is responsible for the transportation of COMPANY procured material which


hasn’t been used between wellsite to COMPANY warehouse, the transportation of above
mentioned material between well-sites is responsibility of CONTRACTOR, COMPANY will be
responsible for loading/unloading at COMPANY warehouse. COMPANY has the right to provide
as option. If transportation is provided by Company, the cost should be deducted from Contractor.
CONTRACTOR should submit the transportation application at least 3 days before transportation
if necessary.

2. CONTRACTOR should submit fuel monthly plan on or before the 20th of pre-month. The water
will be provided by CONTRACTOR.

3. CONTRACTOR should submit the fuel applications to COMPANY at least 3 days before each
supplement.

4. CONTRACTOR shall provide the average of daily fuel consume for each rig and camp in the rig
specification list before contract execution.
END OF Exhibit“5-2”, Attachment 5 of Appendix A
CNOOC IRAQ LIMITED

APPENDIX A: ATTACHMENT 5-
EXHIBIT “5-3”

CONSTRUCTION REQUIREMENTS

FOR

DRILLING RIG AND ASSOCIATED SERVICES FOR

NEW TEN (10) WELLS


CNOOC IRAQ LIMITED

1. Wellpad construction

COMPANY shall be responsible for well pad construction and CONTRACTOR shall check before rig
mobilization when it completion. CONTACTOR shall provide enough matting boards for rig and
relevant equipment installation.

2. Each well pad will be checked by CONTACTOR before acceptance, CONTRACTOR takes the
obligations fully for well pad maintenance during drilling operation, any loss by environment damage
pollution or well pad damaged caused by CONTRACTOR side in operation stage should be borne and
repaired by CONTRACTOR, and well pad shall be checked including all rubbish and waste clean, keep
the retaining wall, wire fence and steel gate well before acceptance by COMPANY after rig moving.

3. After the well pad is accepted by CONTRACTOR, CONTRACTOR shall be responsible for cutting
and sewage pits treatment and clearance in casing of sewage and cutting pit is full caused by any
unknown reasons until operation completed and returned well pad to COMPANY.

4. COMPANY has the right to adjust the typical general layout of well pad according to the actual site
situation.

5. COMPANY has the right to supply the waterproof material for waste pit according to the actual stock
of COMPANY, the related cost for this material shall be deducted from the Contract Price.

END OF Exhibit“5-3”, Attachment 5 of Appendix A


CNOOCCNOOC IRAQ LIMITED

APPENDIX B
WORK SCHEDULES AND MILESTONES
1. CONTRACTOR shall provide a detailed drilling schedule and information as following:
No. Rig Wells Well Type Target Well Mobilization Est. Est. Est.
Name Depth period After Spud Drilling finish
(RKB Contract in Duration date
m) date date (days)

1 Asmari 1# Deviated Asmari


2 11 Asmari 2# Vertical Asmari
3 12 Asmari 3# Vertical Asmari
4 13 Mishrif 4# Horizontal Mishrif
5 14 Mishrif 5# Horizontal Mishrif
6 15 Mishrif 6# Horizontal Mishrif
7 16 Mishrif 7# Horizontal Mishrif
8 17 Mishrif 8# Vertical Mishrif
9
18 Mishrif 9# Vertical Mishrif
19
10 Mishrif 10# Vertical Mishrif
20
21
22
Notes:
23
24
(1) COMPANY has the right to adjust the drilling sequence, well depth, well name, well type, well target, well trajectory and well location between
oilfields according to geological requirement.

(2) It is no extra charge incurred if the actual measured depth for total TD of each single well within +/- fifty (50) meters comparing with attached basic
drilling design. Otherwise, if the actual measured depth for total TD of each single well beyond +/- fifty (50) meters caused by geological reason or
COMPANY’s requirement, which cause to the measure depth increase or decrease, the footage costs(beyond +/- fifty (50) meters part) increased or
decreased shall be calculated as per meter-rage rate as specified.

(3) The maximum tolerances of horizontal well target, on the premise that the trajectory can meet the geological requirement, are as follows: vertical
+/- one and half (1.5) meters TVD, right and left is +/- thirty (30) meters Measure Depth, forward and back is +/- fifty (50) meters Measure Depth.
The maximum tolerances target radius of directional well is less than fifty (50) meters.
CNOOC IRAQ LIMITED

(4) During the horizontal well landing operation, if COMPANY decides to plug back and sidetrack because of large deviation between actual drilling
formation and geological program, the extra operation cost occurred shall be paid to Contractor. The Cost = comprehensive daily rate * actual
operating duration of plug back and sidetrack + LWD service cost + consumption material costs of drilling fluid and cement. And the actual operating
duration will be deducted from lump sum period.
CNOOC IRAQ LIMITED

2. CONTRACTOR shall provide the proposed mobilization and demobilization information as following:
Whole Drilling operation duration
(from the first well spudding to the
Mobilization Period
last well hand over to completion) Demobilization Period
Contractor Number of Wells Number of Rigs from Contract Date
with Rigs Moves between well-sites -months
-months
excluding completion duration
-months

10 wells

Note:

1. The mobilization period is the duration from Contract Date to the first well’s spud-in date of the Contract workload.
2. The drilling operation duration could be adjusted according to the actual workload and the updating drilling plan.
CNOOC IRAQ LIMITED

APPENDIX C BASIC DRILLING DESIGN, DRILLING FINAL REPORT OF OFFSET WELLS AND GEOLOGICAL PROGRAMS

ATTACHMENT 1: BASIC DRILLING PROGRAM

PLESAE REFER TO THE ATTACHED FILE


CNOOC IRAQ LIMITED

ATTACHMENT 2: DRILLING FINAL REPORT FOR OFFSET WELLS

PLEASE REFER TO THE ATTACHED DOCUMENTS


CNOOC IRAQ LIMITED

ATTACHMENT 3: GEOLOGICAL PROGRAMS

PLEASE REFER TO THE ATTACHED DOCUMENTS


CNOOC IRAQ LIMITED

APPENDIX D Information Responses from Bidders for the new 10 Wells

Bidders shall complete this form and include it into Technical Proposal.
Appendix D to Section 3, Information Response from Bidder as attached form 1

COMPANY'S REQUIREMENT BIDDER'S RESPONSE

Whether provided in bidder's


No. Items proposal Attachment & Page
(Yes or No)
The Bidder's COMPANY organization and the organization for his
1
project.
2 Key personnel resume for this project.
Lump sum drilling service experience, the drilling service experience in
3
Iraq, and horizontal wells drilling experience.
The proposed Mobilization duration and detailed plan & drilling duration
4 and detailed plan for each wells as the form in the WORK SCHEDULES
AND MILESTONES in Section 3
The HSE management system documents, which includes but not limited
5 to procedure documents, management manual, work documents, record
documents and so on.
Special report for the incident in recently three years, and the procedure
6
for incident.
7 Emergency response procedure
8 Environment protection plan
The drilling rig certificates for the manufacturing, the last TPI, and the
9
last updating
10 Proposed Drilling operation design
The design for proposed drilling fluid system, and introduction for
11
related software.
12 Proposed Drilling fluid properties
Technical emergency plan of drilling fluid in the drilling operation for
13
the technical difficulties in Missan Oilfields.
CNOOC IRAQ LIMITED

The test report according to the laboratory testing procedure in the ITT
14
for the proposed drilling fluids system.
15 Proposed drilling fluid lab equipment
Please confirm that whether bidder could accept all the requirement
16 listed in GENERAL REQUIREMENTS, APPENDIX A:
ATTACHMENT 5- EXHIBIT “5-1” in Section 3.
Please confirm whether bidder can provide the 7inch rotation type liner
17 hanger as the ITT requirement. And what’s the max OD for the liner
hanger system
18 Proposed cementing lab equipment
Filling Cementing materials specifications as in 3. SPECIFICATIONS
OF CONTRACTOR’S EQUIPMENT AND MATERIALS in
19
CEMENTING SERVICE, APPENDIX A: ATTACHMENT 4-
EXHIBIT “4-2” of Section 3
20 MSDS for all key materials proposed for drilling fluid and Cementing
The computerized cementing design for each section and the introduction
21
for related software.
22 The cement slurry test report for each section.
The capability evaluation test report of pay zone cementing slurry system
23
for formation fluid migration control.
The evaluation test report of pay zone cementing slurry system for anti-
24
corrosion of H2S/CO2
Directional drilling Design including optimized trajectory for each well,
25
and introduction for related software.
Proposed all the key service staff with their experience years and
26
position for each associated service as required in ITT requirement.

Appendix D to Section 3, Information Response from Bidder as attached form 2


NO Rig Name (Specified Name) Mobilization Duration (days)
1
2
3
4

You might also like