Sei sulla pagina 1di 18

Oil and Natural Gas Corporation Limited

NBP Green Heights, Bandra-Kurla-Complex, Bandra(E), Mumbai-400017

Notice Inviting Expression of Interest (EOI) for Hiring of


Mobile Offshore Production Unit (MOPU) in Kutch Offshore

Reference No.: WO/B&S/ST/GK-28-42/Hired-MOPU/2017 Date: 29.08.2017

1. Background
Oil and Natural Gas Corporation Limited (ONGC), a Maharatna PSU of India engaged
in the Exploration and Production of crude oil, natural gas and value added products,
intends to develop one of its offshore gas fields (GK-28 and GK-42) located
approximately 65 km from shore in Gulf of Kutch in the Western Offshore waters of
India. The field is planned to be developed by hiring a Mobile Offshore Production Unit
(MOPU). Development of the Project is subject to regulatory approvals and project
sanction.

ONGC seeks an Expression of Interest (EOI) from reputed MOPU owners / operators,
/ EPIC contractors either individually, or in joint venture / consortium arrangements,
who have the requisite experience, technical and financial capabilities - either separately
or together to provide the services broadly outlined at para-2 hereunder.

Detailed techno-commercial evaluation and rejection criteria shall be a part of tender


document which ONGC would decide in due course to float at an appropriate time in
future.

2. Field Development Scheme & Scope of Work:


The proposed field development plans for the project is annexed below:
a. Annexure I : GK-28 and GK-42
b. Annexure II: Broad scope of work for MOPU
c. Annexure III: Broad topside facilities/ systems to be considered for MOPU.
d. Annexure IV: Indicative Environmental/Met ocean parameters.
e. Annexure-V: Indicative Gas Composition
f. Annexure: VI Indicative Gas and Liquid profile
g. Annexure: VII Geotechnical report of GK-28-3 location.
1
3. Charter Period:

The interested firms shall include both the options mentioned herein and provide their
budgetary quotes while submitting the EOI and the Corporation would take a decision
based on the outcome of EOI.

Option-1:
The firm charter periods for MOPU will be Seven (07) Years, the Corporation at its
discretion can extend the operational period for a further period up to five (5) years on
yearly basis with each extension period commencing immediately on expiry of
operational contract period existing at that time at the same terms and conditions and at
the day rate 60% of the day rate for primary operational contract period provided that the
corporation serves notice in writing of intent to extend the operational contract period.

Option – 2:
The firm charter periods for MOPU will be Ten (10) Years, the Corporation at its
discretion can extend the operational period for a further period up to Two (2) years on
yearly basis with each extension period commencing immediately on expiry of
operational contract period existing at that time at the same terms and conditions and at
the day rate 60% of the day rate for primary operational contract period provided that the
corporation serves notice in writing of intent to extend the operational contract period.

4. Confidentiality of information: All participants are required to keep the


confidentiality of information.

5. Submission of EOI:
Interested firms are requested to demonstrate their capabilities and experience via a
formal response to this EOI. Participants are requested to submit necessary documents
in support of their technical and financial capabilities at the address furnished by
13.09.2017 in electronic format (pdf files only) through email and through hard copies.
Further, participants are required to give one to one presentations and meeting/
discussions on the 25.09.2017. EOI shall be submitted in hard copies at the address
mentioned below before due date along with
a) Cover letter giving brief introduction of the Company profile and expressing
interest to participate in bidding process.
b) Supporting documents such as copies of work order/ contract agreement, Scope
of work, completion certificate.
c) Details of the MOPU intended to be proposed by contractor (such as age,
2
hull and marine part, process part, storage, utilities, accommodation, Class
status, helideck details, date of conversion if applicable, last dry-dock and
next dry dock due, deck space, related logistic support, type of mooring),
offered for deployment at GK-28-3 location, along with a brief write up on
the suitability of the vessel for the same, and the project execution
methodology proposed to be employed for this specific case.
d) List/ details of topside facilities planned.
e) Budgetary quote (day rate charges) for hiring of MOPU covering the entire
scope of work (along with break-up of taxes as applicable). The Mob-
Demob charges if any shall be limited to 10% of Annualized Contract
Value.
BQ to be given for 2 options namely (i) 7 years (firm period) with Annual
extensions of hiring up to 5 years (ii) 10 years (firm period) with Annual
extensions of hiring up to 2 years. For each of these options, BQ considering
system uptime of 98% and 100% respectively to be provided.

 ONGC shall review EOI details submitted by all the participants and in due
course intends to float a tender using the inputs based on the outcome of
EOI as a guide.
 ONGC is under no obligation to proceed with a Request for Proposal and/
or Notification of Award as a result of this call for Expressions of Interest.
 One-to-one presentation & discussions on this Expressions of Interest will
be held on 25th September, 2017 at 11:00 AM in NBP Green Heights,
ONGC, Mumbai.
 All inquiries and Expressions of Interest must be clearly marked with the
EOI reference number and should be directed to:
S.K.Vij, DGM(P), Bassein & Satellite Asset, ONGC, Q4, B-5, 7th Floor,
NBP Green Heights, BKC, Bandra (E), Mumbai-400051 (India).
e-mail: vij_sk@ongc.co.in Direct Tel No: +91-22-26275709

3
Annexure-I
A. GK-28 & GK-42
ONGC is venturing in development of India’s 8th Sedimentary Basin in offshore field.
The field is ~65km from shore in its west coast.

The first phase of field development studies envisages three (03) number well platforms
and a bridge connected MOPU (Mobile Offshore Production Unit) viz. Platform- GK-
28-1 (water depth 22.55m), Platform- GK-28-3 (water depth 25.1m) and Platform- GK-
42-1 (water depth 33.8m). Well fluid (mainly gas) from GK-28-1 (7km from GK-28-3)
and GK-42-1 (28km from GK-28-3) shall be received at a gathering facility at platform
GK-28-3. Platform GK-28-3 shall be bridge connected to the proposed processing
facility at MOPU. Processed gas after compression from MOPU will be brought back
to Platform GK-28-3 via another flexible pipeline for further evacuation to landfall point
through rigid pipeline. Production header and two flexible pipelines are in the scope of
work of MOPU contractor.

Gas Compression is expected from 10Kg/cm2 to 90Kg/cm2 at offshore processing


facility (MOPU).

It is planned to bring gas to land fall point after compression and dehydration at offshore
process facility. From the onshore terminal at land fall point, the gas will be piped to
nearest gas grid about 120km away. The pressure at gas grid is about 45Kg/cm2 and
required pressure at landfall point onshore terminal is ~70Kg/cm2. For putting the gas in
gas-grid, the maximum permissible inert gas content (i.e. Nitrogen in this case) is 6%.

The gas is to be produced from 3 layers in which nitrogen is ranging from 5 to 23% by
volume. Weighted average of nitrogen at peak gas rate is about 15-16% by volume. Since
the field is not yet under production, gas composition of combined gas stream is not
available. However, gas composition found during testing of wells/ layers at the time of
exploratory drilling are given in Annexure-V. Variation in the range of 2-3 % may be
considered.

The combined peak gas flow rates are expected to be ~ 3.0 MMSCMD.

As per the present understanding, Nitrogen Separation facility, if required, is expected


to be installed at land fall point.

4
Indicative gas and water profiles are given at Annexure-VI. Condensate is not reflected
in the reservoir profiles. However, in case of condensate production during production,
it will be spiked with gas for transportation. Gas liquids may be considered suitably.
Some water quantity is observed in the profiles. Water may be considered, since it is
observed that in gas wells, water production is experienced at later dates, even if that is
not expected initially). Water handling for ~3000 BPD may be considered.

Initial FTHPs are ranging from 25 Kg/cm2 to 100 Kg/cm2 as per testing. However, cut-
off FTHP is expected to be about 25 Kg/cm2. Wellhead platforms viz. Platform GK-28-
1 and GK-42-1 shall be ~7km and 28 km away from Platform GK-28-3 / proposed
MOPU respectively. Flowing well head temperatures are from 26 0C to 58 0C. FTHP
and FTHT are indicative in nature as on date. Marginal variations if any shall be fine-
tuned and mentioned in the bid documents during the tendering stage. Based on the
information provided, the contractor shall evaluate and ascertain the landing Pressure
and Temperature conditions at the battery limit of MOPU and incorporate in their design
basis.

5
Annexure-II
B. Broad Scope of work envisaged for MOPU provider

Based on the parameters provided in this document, and other inputs as required, the
contractor shall define the configuration and offer for ONGC’s consideration, a
MOPU suitable for ONGC needs including inter alia the mooring system, control
systems and umbilical (export/import lines) etc. as required. All hardware including
jumpers, flexible piping and any other items not specifically mentioned from the
specified hook up point to MOPU and the work of hook-up and commissioning will
be in MOPU provider’s scope. The MOPU provider will be responsible for system
safety, reliability, availability, integrity and ensuring its functionality in operations for
stated and intended purpose.

1. Tentative Mobilization schedule and Contract duration (To be finalized during


tendering stage)
The first Gas date for project shall be intimated. Hence MOPU mobilization is to be
planned with a view to ensure readiness of MOPU for receipt and processing from the
intimated date of receipt of first Gas. The interested participants are requested to
present and quote for both the options

Project First as Contract Duration


Date (envisaged for Tender document)
OPTION-1
7 years Annual extensions of hiring
(firm up to 5 years (Refer Clause 3
To Be period) - Charter Period)
GK-28/42
Decided OPTION-2
Annual extensions of hiring
10 years (firm
up to 2 years (Refer Clause 3
period)
- Charter Period)
Note: The extension of contract will be at discretion of ONGC and will be contingent upon
satisfactory operation, MOPU condition and performance in field. Extension of contract period
and the reduced day rates as mentioned under Clause 3 - Charter Period would be applicable.
Although production profile is for 12 years, the contract may be extended up to 15 years after
mutual agreement, considering possibility of upside potential, if any.

2. Execution methodology
The work of hook-up, pre-commissioning and commissioning is in contractor scope.
Contractor will be required to hook-up the facility at the hook up point finalized for
6
well fluids and export lines, electrical supply lines and control signals and the
associated pre-commissioning and commissioning of the systems. The contractor will
also be responsible for arranging the marine spread, supply vessels and diving support
as required for this purpose.
a. Firming up MOPU location-
MOPU will be located adjacent to GK-28-3 location. The contractor shall finalize
a suitable location for positioning the MOPU in field in accordance with the field
architecture. The met-ocean data provided in this document are purely indicative
and is intended to enable the contractor to make an initial assessment only. ONGC
is planning to get the metocean data collected for this area. It shall be the
responsibility of the Contractor to analyze the met-ocean data and soil data (copy
of geotechnical report attached at Annexure-VII) for deciding the suitable
location of actual deployment. The contractor shall establish the design and
operating environmental conditions and also assess requirement for Quick
Connect/ Disconnect (QC/DC) system. North side of wellhead platform, (that
will be bridge connected to MOPU) has to be kept free since it will need rig
deployment for well intervention jobs in future from the North side of the
wellhead platform. Location of MOPU should be such that it does not foul with
boat movement during rig deployment at wellhead platform. Direction of
pipelines emerging from the wellhead platform will be conveyed by ONGC
before installation of MOPU.
b. MOPU configuration. The contractor will take into account the environmental
parameters and the indicative production profiles. Broad functional requirements
of the MOPUs, as envisaged by ONGC, are given at Annexure –III. The design
responsibility for MOPU and associated Topside facilities to meet the product
and effluent specification requirement, deployment period mentioned herein is
on the part of Contractor. It is expected that, MOPU and topside facilities the
systems should be designed for not less than 15 years.

The MOPU can be new one or reused/retrofitted/modified. In case of


refurbished/converted, the topside facilities installed should not be more than 10
years old and the marine parts that includes but not limited to hull and legs should
not be more than 20 years old.

The marine parts of MOPU should be certified for 15 years.

Rack & Pinion type jacking system will be preferred for MOPU.

7
c. MOPU classification
The MOPU shall be classed with a reputed classification Agency such as ABS/
DNV/ Lloyds. The scope of classification / certification shall cover MOPU as
well as the subsea items in contractor’s scope. No dry dock during the firm
contract and extension period (s) should fall due. The contractor will be
responsible for maintaining the MOPU in class during the firm contract and
extension periods and complying with the regulatory framework applicable to
operations of MOPUs in Indian EEZ.
d. Installation, Offshore Hook-up, Pre-Commissioning and Commissioning
The contractor will be required to firm-up the hook-up points for well fluids and
export lines, electrical supply lines and control signals during pre-engineering
survey. Offshore hook-up, pre-commissioning and commissioning shall be in the
contractor’s scope of work. The contractor will also be responsible for arranging
the marine spread, supply vessels and diving support as required for this purpose
and necessary baseline surveys.
e. Operation and Maintenance.
The MOPU supplied will be operated and maintained by the contractor during
the entire period of contract including the extension periods, if any. Operations
of the field will be overseen by ONGC team to be based at MOPU/ ONGC base.
f. Logistics support
Contractor has to make own arrangement for supply of all materials including
stores, spares, food supplies etc. Supply of P.O.L (except HSD), control fluids
for operation of control system and chemicals will also be in contractor’s scope.
HSD will be supplied by ONGC as free issue item. Contractor shall be
responsible for receipt, handling and storage of the diesel on board. Metering of
diesel is responsibility of the contractor. ONGC shall provide additional fresh
water on chargeable basis. The ONGC shall provide transportation of supplies
and regular crew members between nearest ONGC operating base at Mumbai/
Pobandar/Rajkot/ Okha (ONGC is yet to decide on the nearby supply base/
helibase) and MOPU by Helicopter/ Boat on non-chargeable basis. However, the
bidder to specify the details of regular crew members.

3.0 Product evacuation


Processed gas after compression from MOPU will be brought back to Platform
GK-28-3 via another flexible pipeline for further evacuation to landfall point
through rigid pipeline to be laid by ONGC. Production header and two flexible
pipelines are in the scope of work of MOPU contractor.

8
Annexure III
Broad topside facilities/ systems to be considered for MOPU
Process Systems
1. (Suitable Design margin above the given capacities may be considered)
Free/Associate Gas Capacity ~3 MMSCMD (assuming N2 is included)
Handling headers
3 Phase Separation facility Capacity: ~3 MMSCMD and 3000 bbls per day water
plus condensate. Condensate quantity: (~30 m3/day)
approx. 190 bcpd
Gas Compression  Capacity: ~3 MMSCMD
 Suction Pressure: 10 Kg/cm2 Discharge pressure
90 Kg/cm2.
 The operation philosophy should meet the full
compression capacity at any time and
accordingly contractor should consider the
standby equipment. Any planned/ preventive
maintenance schedules not to impact the total
production capacity.
 Accordingly, contractor to consider the standby
equipment.
Gas Dehydration System Gas dehydration system to meet the pipeline
specification. Design capacity: 3 MMSCMD of gas
 Any planned/ preventive maintenance schedules
not to impact the total production capacity.
 Accordingly, contractor to consider the standby
equipment.
Condensate handling Condensate, if any, will be spiked with gas for further
System transportation to GK-28-3. Approximate Capacity of
pump (1+1) 30 m3/day each.
Produced water Capacity ~3000 BWPD
conditioning system
Fuel Gas Conditioning Required
System
Vent System Required
Drain System Required
Flare System Required
NB: Process system should be designed for the ‘surges’ expected from flowing wells.

9
2. Delivery Requirement:
Compressed & Dehydrated Dehydrated gas quality
Gas < 7.0 lb H2O/MMSCF of gas
Treated Produced Water Oil content in overboard discharge < 25 ppm
3. Inlet Conditions and Control System:
Well fluid arrival Pressure Based on the information provided at Annexure-I, the
and Temperature at MOPU contractor shall evaluate and ascertain the landing
Pressure and Temperature conditions at the battery
limit of process platform/MOPU and incorporate as
basis.
4 Storage and Handling System:
Condensate Drum & Pumps For Spiking the condensate in Trunk Lines
Custody Transfer Meter Required
Crane (minimum indicative Contractor to consider the maximum lift weight
20T each) anticipated during operations and maintenance of
MOPU and accordingly to provide the number of
cranes to cater to other material handling/ personnel
transfer and operation & maintenance related
activities.
5. Safety Systems
Fire and Gas Detection Required
HSE systems including fire Required
water system, Survival
Crafts, Life Boats, Life
Saving equipment, Fire
Extinguishers etc.
Navigational aid Systems Required

6. Power and Utilities:


Power Generation and Gas Turbine generators to cater to peak load as well
distribution system as the normal power requirements of MOPU for
continuous production operations
 Any planned/ preventive maintenance schedules
of power generators not to impact the routine
operations including the control systems and the
total production capacity.
 Accordingly, contractor to consider the standby
equipment.
10
Emergency Diesel Driven Required.
Power Generator
UPS and battery bank Required.
Utility and Capacity and the discharge pressure of compressors
Instrumentation should be commensurate with the process system on
Air system board plus 125 m3/hour for consumption at the
bridge connected platform.
Inert Gas Generator Contractor to propose the requirement as applicable
for gas compressors, hot oil system blanketing
requirements etc along with compressor, storage
vessel and drier.
Firewater pumps Pump/s with Diesel engine as prime mover
Chemical dozing System, Gas corrosion inhibitors, etc.
etc.
Sewage treatment plant The effluent from the units shall conform with the
guidelines of the United States Environmental
Protection Agency for the Oil and Gas Production for
offshore category and the unit shall be certified for
US Coast Guard and IMO regulation or any other
equivalent international regulation.
Potable water system / Water maker to meet fresh water requirement meeting
Water maker the WHO standards

7. Helideck Required as per ICAO regulations to suit Bell


412/Dauphin N/N3 helicopters as minimum,
however, bidder can consider bigger helipad meeting
DGCA regulations, CAP 437 standards, for their
regular shift crew change.
Latest guidelines/ norms for Helicopter Approach
Path Indicator (HAPI), Coloring of Helideck,
Lighting requirements along the edges and inner
periphery etc need to be followed.
8. Communication Systems
Radio room and  Effective communication system thru Wi-max (for
Communication system. data and voice communication) capable of multi-
point-to-point.
 Data server (SCADA) at MOPU shall communicate
with PLC based RTUs at wellhead platforms of

11
ONGC for telemetering monitoring and control of
various parameters of wellhead
 This SCADA server at MOPU shall communicate
with ONGC via OPC server.
 Communication and access of data for monitoring
at Base office required.

Accommodation for 12 (Twelve) ONGC personnel in


9. Accommodation five double berth cabins each equipped with basin,
requirements/Store toilet and shower and two single room cabins
Rooms/Laboratory comprising a bedroom and separate day room/office
and equipped with wash basin, toilet and shower.(in
addition to the normal operating crew of the MOPU)
Wind and Sea Condition Required based on latest DGCA requirements
Monitor
Office accommodation Office accommodation for four persons namely,
OIM, Maintenance Manager, Wellhead I/c, Safety
officer and with PCs, printers (app.10sq m each) with
all communication systems like Telephones, Walkie
Talkie
Store Room Separate store-room for ONGC equipment
Chemistry Lab For testing and analyzing oil, gas and water samples.

10. Contractor shall assess the requirement of


Umbilical (Quick QC-DC system based on the environmental
Connect Disconnect conditions, operational and safety considerations.
[QC-DC] system)
Both export and import lines shall be flexible quick
connect/dis-connect type originating/terminating
from/at bridge connected well platform.

11  Control Systems  Control system should be a reliable. DCS based


system.
 Suitable telemetry system for ESD, FSD and
remote shut-down of individual wells and isolation
of MOPU from platform in case of any emergency.

12
12 System Availability: Option-1 :System uptime during the contract
period 98% .
Option-2 : System uptime during the contract
period 100 %

13 Water Depth GK-28-1 (water depth 22.55m), Platform- GK-28-3


(water depth 25.1m) and Platform- GK-42-1 (water
depth 33.8m).

14 Bridge connection with MOPU to be bridge connected to GK-28-3 wellhead


wellhead platform platform. Space for landing the bridge on wellhead
platform and the related load data along with
structural drawing shall be conveyed by MOPU
service provider to ONGC which will be taken as
input for wellhead platform designer. Modifications
on the wellhead platform required for landing the
bridge/ support etc will be in the scope of MOPU
contractor.

Length of bridge should be optimum considering all


the safety aspects, as applicable. This aspect can be
further deliberated during EOI meeting.

13
Annexure IV

Indicative Environment Data (based on Mumbai High Data) only for the purpose of EOI.
Designs to be based on actual data for Gulf of Kutch.

Indicative environmental parameters for West Coast


Extreme Storm Parameters
The following tables contain the design environmental conditions for the maximum
operating storm, and the extreme storm. The wind speeds are at a reference
elevation of + 10.0m above Mean Sea Level.

Tide (M) Max. Current (M/Sec) Wind


Direction From

Wave (Km/h)
Botto Y- Y- Y- Surfa 1-min
Astronomic

m 1/4 1/2 3/4 ce Avg


Surge
Storm

Period
Height
Tide

(Sec)
(M)

North 3.66 0.61 15.09 13.00 0.51 0.97 1.19 1.40 1.64 187
North 3.66 0.61 16.00 13.80 0.25 0.65 0.82 0.98 1.22 192
East
East 3.66 0.61 13.26 11.80 0.25 0.65 0.83 0.95 1.16 192
South 3.66 0.61 14.48 12.50 0.31 0.72 1.20 1.08 1.27 192
East
South 3.66 1.16 18.00 14.40 0.37 0.81 1.02 1.21 1.45 192
South 3.66 1.16 17.68 14.20 0.27 0.66 0.82 0.99 1.18 182
West
West 3.66 0.91 17.07 13.90 0.213 0.609 0.75 0.90 1.09 176
North 3.66 0.79 16.77 13.70 0.31 0.69 0.86 1.02 1.23 179
West

Note: - 1) Lowest Astronomical Tide (LAT) = -0.183 meters


2) Wave Kinematics factor = 0.880

The Contractor shall determine the significant wave heights and apparent wave periods
if required for the work.

14
Operating Storm Parameters (Mumbai High Data)

Direct Tide (M) Max. Wave Current (M/Sec) Wind


ion (Km/
(Fro h)
Astr Stor Heigh Perio Bott Y- Y- Y- Surface 1-min
m)
on- m t (M) d om 1/4 1/2 3/4 Avg
omic surg (Sec)
Tide e
All 3.66 0.61 11.58 11.0 0.45 0.77 0.92 1.1 1.25 118
Direct
ion
Note: - 1) Wave Kinematics factor = 0.880
Environmental Parameters for Installation Conditions

Tide (M) Wave Period Current (M/Sec) Wind (KM/H)


Height (M) (Second) Surface Bottom 1 Min Sustained
3.66 1.829 8.3 0.701 0.426 48.27
Notes: 1) Wave kinematics factor equal to 1.0 and current blockage factor equal to
1.0 shall be applied in all directions for the installation conditions.

Environmental Parameters for Fatigue Analysis

Wave Height Period (Sec)


S SW W
0 – 1.523 8.7 9.6 8.3
1.524 – 3.047 9.2 10.1 8.7
3.048 – 4.571 9.5 10.3 9.2
4.572 – 6.095 9.7 10.4 9.6
6.096 – 7.619 9.9 10.5 10.0
7.620 – 9.143 - 10.6 10.3
9.144 – 10.667 - 10.8 10.6
10.668 – 12.192 - 11.0 10.9

15
Wave Excedence Data (Mumbai High Data)

Wave Height Number Of Waves Exceeding Specified Height In One Year


(M) Direction Cumulative
S SW W NW
0 1,276,04 770,535 1,015,713 1,220,511 4,282,804
1.524 61,704
5 219,347 220,985 69,788 571,824
3.048 3,132 37,929 31,902 3,764 76,727
4.572 167 5,878 4,073 177 10,295
6.096 11 869 493 8 1,381
7.620 0 126 59 0 185
9.144 - 18 7 - 25
10.668 - 2 1 - 3
12.192 - 0 0 - 0

Wave directions are directions from which wave approaches the platform.

Notes:
1. The minimum seabed temperature is 22.8º C (73º F).
2. The ambient temperature varies from a min of 16º C (60ºF) to a max of max 40 0C (104ºF).

16
Annexure-V
Gas composition of GK-28 and 42 fields

Constituent Mid Miocene Pay Early Eocene Pay (S-II) Palaeocene


Pay
GK28 GK2 GK28 GK28 GK28 GK28 GK28 GK42 GK28 GK28
-1 8-3 -10 -7 -9 -3 -10 -1 -9 -10
Volu Volu Volu Volu Volu Volu Volu Volu Volu Volu
me% me% me% me% me% me% me% me% me% me%
Methane 87.68 90.5 85.79 88.78 90.17 77.03 82.56 82.03 86.78 80.7
4
Ethane 0.94 2.63 1.45 2.62 4.19 3.85 4.31 3.2 4.07 5.17
Propane 0.37 0.38 0.12 0.51 0.03 0.16 0.89 0.05 0.37 1.38
Iso-Butane 0.08 0.11 0.04 0.09 0.01 0.02 0.03 0 0.03 0.25
N-Butane 0.12 0.16 0.04 0.14 0.01 0.04 0.08 0.01 0.06 0.29
Iso-Pentane 0.05 0.02 0 0 0 0 0.01 0 0 0.12
N-Pentane 0.04 0.02 0 0 0 0 0.01 0 0 0.07
Hexane 0.15 0.6 0.03 0 0.12 0.37 0.23 0.11 0.63 0.27
Nitrogen 10.57 5.21 12.53 7.75 5.38 18.53 12.17 14.15 7.96 11.75
Carbon di NIL 0.33 0 0.1 0.09 0 0 0.45 0.1 0.07
Oxide
Helium (in NA 1200 BDL 0 200 300- BDL 0 200 BDL
PVT) ppm ppm 500pp ppm
@71 m @
9.5 1250.
5m
H2S NA NA BDL 0 NA NA BDL 0 NA BDL
Mol. Wt. 17.78 17.7 17.84 17.6 17.4 19.13 18.48 18.41 18.18 19.08
38 9
Sp. Gravity 0.753 0.61 0.616 0.608 0.601 0.661 0.639 0.636 0.628 0.660
5 54 7 8 8 4 4 4 7 1
Calorific 7478 8138 7238 7760 7991 7009 7580 7183 7989 7905
Value(Kcal
/m3)
Gross NA NA 8034 NA 8864 NA 8402 NA 8752
Calorific
Value(Kcal
/m3)

(Source: Gas analysis reports of Gas samples from Exploratory wells during testing)

17
Annexure-VI
F. Indicative Gas & Liquid Profile

Water Cumulative
Gas Rate
Years Rate Qw Production
MMm3/d
(m3/d) BCM
1 2.41 13 0.88
2 3.05 46 2.00
3 3.03 88 3.10
4 2.80 103 4.13
5 2.69 101 5.11
6 2.56 121 6.05
7 2.30 138 6.88
8 1.64 89 7.49
9 1.23 66 7.93
10 0.97 50 8.29
11 0.61 30 8.5
12 0.5 24 8.69

Annexure-VII
Geotechnical report of GK-28-3 (GK-28-D) location is attached as separate file.

18

Potrebbero piacerti anche