Home
Tender Document - Oil India Limited
Contents
1. 4 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no and due date to The Head Materials Materials Department Oil India Limited Duliajan 786602 Assam or before 13 00 hrs IST on the Bid Closing Date mentioned in the Tender a Original Bid Security b Details Catalogue and any other document which have been specified to be submitted in original All documents submitted in physical form should be signed on all pages by the authorized signatory of the bidder and to be submitted in triplicate gt Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 6 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications J All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application wi
2. Oil India Limited A Govt of IndiaEnterprise i P O Duliajan 786602 Assam Telephone No 91 374 2808793 Fax No 91 374 2800533 Email materials oilindia in erp_ mm ollindia in Tender No SDG6890P16 06 of 13 04 2015 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on 05 08 2015 at 11 00 hrs IST Bid Opening on 05 08 2015 at 14 00 hrs IST Tender Fee INR 4 500 00 OR USD 100 00 Bid Security Amount INR 54 280 00 OR USD _ 844 00 Performance Guarantee Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below Item No Material Description QTY Mat Code Supply of Hydraulic Power Unitas per the following a Detailed specification Annexure A b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure B c Technical and Commercial Check list Annexure C A General Notes for e tender l The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders including Amendment and Addendum 2 The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be found in the Item Data and details uploaded under Technical RFX e Tender No SDG6890P 16 06 Page 1 of 13 3 Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected
3. 1 Bids are invited under Single Stage Composite Bid System Bidders shall quote accordingly under Single Stage Composite Bid System e Tender No SDG6890P 16 06 Page 8 of 13 2 Bid security of US 844 00 or Rs 54 280 00 shall be furnished as a part of the TECHNICAL BID refer Clause Nos 9 0 amp 12 0 Section A of General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration A bid shall be rejected straightway if Original Bid Security is not received within the stipulated date amp time mentioned in the Tender and or if the Bid Security validity is shorter than the validity indicated in Tender and or if the Bid Security amount is lesser than the amount indicated in the Tender 2 1 For exemption for submission of Bid Security please refer Clause No 9 8 Section A of General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders 2 2 The Bank Guarantee towards Bid Security shall be valid upto 04 06 2016 3 Validity of the bid shall be minimum 120 days from the date of Bid Closing Date Bids with lesser validity will be summarily rejected 4 Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed
4. Switch should be Flameproof Type Ex d as per IS IEC 60079 1 suitable for hazardous areas of oilfields Zone I and Gas group HA amp II B with provisions of cable entry and exit through double compression cable glands Parameter Requirement Ratings 10 Amps 415V AC 50 Hz Components 1 NO INC RED for STOP and GREEN for START with mechanical interlock on STOP Button Materials of construction Die Cast Aluminium Alloy LM6 Enclosure Flame proof Exd as per IS IEC 60079 1 Protection IP 55 minimum Finish Anti corrosive Epoxy light Gray shade 631 Weight 2 25 Kg approx Farthing Provision for one no earthing stud inside and two number earthing stud outside of the PBS Cable entry 2 nos at bottom with 3 4 ET thread Rain hood canopy Suitable size canopy to be provided with PBS for rain water protection Make CEAG Sudhir Baliga FCG or equivalent d DETAILS OF JUNCTION BOX Quantity 1no One Flame proof Junction Box should be provided for connection of incoming outgoing cables Make and certifications are to be indicated in the quotation This should be mounted in the same skid with motor The Junction Box should be Flameproof Type Ex d as per IS IEC 60079 1 with provisions of cable entry and exit through double compression cable glands e CABLES The inter connection between motor starter and Junction Box to be done by supplier with suitable size 4 core x 35 sq mm EPR insulated and CSP sheathed screened copper
5. and Forwarding Charges Total Ex works value A B above Excise Duty with Education Cess Please indicate applicable rate of Duty Sales Tax Please indicate applicable rate of Tax Total FOR Despatching station price C D E above Road Transportation charges to Duliajan Insurance Charges Assam Entry Tax Total FOR Duliajan value F G H 1 above Total FOR Duliajan value in words Gross Weight Gross Volume The items covered under this enquiry shall be used by OIL in the PEL ML areas issued renewed after 01 04 99 and hence applicable Customs Duty for import of goods shall be ZERO Indigenous bidders must quote Deemed Export prices Excise Duty under Deemed Export exempted Banking charges in the country of the foreign bidder shall be borne by the bidder V1 The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected vii Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered vill Bids containing incorrect statement will be rejected I BID EVALUATION CRITERIA BEC Bids conforming to the specifications terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluat
6. cable through explosion proof double compression cable glands Another 4 core X 1 5 sq mm 30 meter length EPR insulated and CSP sheathed screened copper cable should be supplied for remote operation of the motor from the PBS f Starter amp Junction Box must be mounted with Strong amp Rigid bracket with 3 8 inches diameter high tension bolts g STATUTORY REQUIREMENT All flame proof electrical equipment items like Motor Starter Remote switch Cable glands etc used in hazardous area must have CIMFR India or Equivalent certification from competent authorities from the country of origin Copies of such certificates for each piece of equipment should be enclosed with the quotation as well as with the supply of materials All these equipment must be approved by DGMS India for use in Hazardous area Zone 1 Gas groups IIA amp IIB of oil mines Refer DGMS approval clauses 3 amp 4 under General Notes to Bidders e Tender No SDG6890P 16 06 Page 4 of 13 h Wiring amp schematic drawing of the electrical system and dimensional drawing of the motor must be provided along with the technical offer 1 Electrical System available at the well site is 3 phase 3 wire without neutral The motor starting and running system should thus be designed for 3 phase 3 wire system without neutral J Oil India shall provide one power cable from the source of power up to the Junction Box All other cabling and control wiring is in the scope of suppl
7. for a period of 18 months from the date of shipment dispatch or twelve 12 months from the date of receipt of the items at site whichever is earlier against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier s expenses at no extra cost to OIL 5 Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value The Performance Bank Guarantee must be valid for 12 twelve months from the date of receipt acceptance of goods or 18 months from the date of shipment dispatch whichever is earlier Bidder must confirm the same in their Technical Bid Offers not complying with this clause will be rejected 6 Bidders are required to submit the summary of the prices in their price bids as per bid format Summary given below i Price Bid Format SUMMARY for Foreign Bidders A Total Material Value B Packing amp FOB Charges C Total FOB Port of Shipment value A B above D Overseas Freight Charges upto Kolkata India E Insurance Charges F Total CIF Kolkata value C D E G Total CIF Kolkata Value in words H Gross Weight I Gross Volume e Tender No SDG6890P 16 06 Page 9 of 13 ii Price Bid Format SUMMARY for Indigenous Bidders A B C D E F G H I K L M NOTE 1 2 Total Material Value Packing
8. dder should also furnish single line diagram of motor starter amp hydraulic line diagram of the Power unit along with the quotation 2 Bidder should furnish list of recommended spares for two 02 years operation indicating part numbers quantity and unit price of each and every spares separately along with the quotation in the commercial bid and categorically confirm the same in the technical bid price will not be considered for commercial evaluation The price should remain valid for at least two 02 years 3 Electrical Electronic equipment shall be CIMFR or equivalent certified and DGMS approved The CIMER certificate number and DGMS approval number shall be affixed or embossed on each piece of equipment In case DGMS approved electrical electronic equipment is not available the same shall be supplied with DGMS field trial permission certification The field trial may be carried out in any E amp P company operating in India or during the use of the item for which it is procured 4 The payment of DGMS approved electrical electronic equipment will be as per normal terms and conditions of the order However payment for the electrical electronic equipment supplied with DGMS field trial permission shall be to the extent of 50 of the cost of the equipment against dispatch shipping documents The balance 50 shall be made on submission of DGMS approval only Bidders to quote the price of the electrical electronic equipment separately
9. ed A BRC TECHNICAL 1 Bids are only invited from manufacturer of Hydraulic power unit 2 The bidder should purchase the brought out items if any from the original equipment manufacturer OEM or authorized dealer of those items Purchase documents should be provided along with the supply of the item Bidder to confirm compliance of the same in the technical bid 3 The bidder should have the experience of supplying at least 3 three numbers of similar Hydraulic Power Unit in the last 3 three years preceding the bid closing date of this tender 4 Documentary evidence to substantiate supply record should be submitted in the form of copies of relevant Purchase Orders along with copies of any of the documents in respect of satisfactory execution of each of those Purchase Orders such as 1 Satisfactory Inspection report OR 11 Satisfactory supply completion Installation Commissioning report OR 111 Delivery challans received by Consignee OR iv Central Excise Gate Pass Tax Invoice issued under relevant rules of Central Excise VAT Note Order copy to be enclosed with relevant page number bearing signature of purchaser or authenticated by purchaser 5 The Bidder must guarantee uninterrupted supply of spares and availability of service for at least 10 years with effect from delivery of the Item product for the item product to be supplied under the Tender Order if order is awarded to them by OIL B COMMERCIAL
10. eration p The unit should be mounted on heavy duty oilfield skid with provision for lifting amp overhead cage for accommodating 4 numbers of inlet outlet hoses amp electrical cable 30 meter long with remote switch The dimensions should be restricted to 4 meters in length amp 2 meters in width q The hydraulic pump must be fitted outside the hydraulic oil reservoir r All hydraulic fittings piping etc should be outside the oil reservoir Hydraulic network should comprise of inch 25 4 mm high pressure steel pipes swivels amp hammer unions wherever required Any connections with rubber hose will not be acceptable B Accessories for above a 1 x 60 ft 25 4 mm X 18 29 meters high pressure hose 4000 PSI 281 3 kg sq cm WP with self sealing coupling aero quip type and dust caps plug companion 4 Numbers b 1 1 4 x 60 ft 31 75 mm X 18 29 meters return hose 500 PSI 35 16 kg sq cm WP with self sealing coupling aero equip type and dust cap plug 4 Nos C Operation maintenance service amp instructions manuals having detailed Schematic drawing indicating each amp every part with part numbers 2 sets e Tender No SDG6890P 16 06 Page 5 of 13 GENERAL NOTES FOR BIDDERS 1 Bidder should furnish detailed Catalogue Drawing and Literature in printed form not in computer media such as floppies or CDs indicating all parts with part numbers along with the quotation in English language US amp UK Bi
11. es No 4 meters in length amp 2 meters in width 11 Whether the hydraulic pump hydraulic fittings piping etc are fitted Yes No outside the hydraulic oil reservoir 12 Whether the hydraulic network comprises of 1 inch 25 4 mm high Yes No pressure steel pipes swivels amp hammers unions wherever required TECHNICAL CKECKLIST Electrical Offered Motor is as per specification or not Offered PBS Junction Box Starter are as per specification or not Certification for all the flame proof electrical equipment items like Yes No Motor Starter Remote switch Cable glands etc from CIMFR india or Equivalent are enclosed with the offer or not If not please specify when it will be provided 7 10 4 DGMS approval of the offered motor and other FLP equipments PBS Yes No Starter Junction Box enclosed or not If not please specify when it will be provided Whether offered Remote PBS is supplied with 30 meter EPR cable or Yes No not 6 Control voltage of the starter contactor is 415 V AC or not Wiring amp schematic drawing of the electrical system and dimensional e Tender No SDG6890P 16 06 Page 11 of 13 drawing of the motor is provided along with the technical offer Looe Offered Electrical equipments Motor Starter PBS Junction Box and Yes No the Skid is provided with two suitable distinct body earthing points STANDARDS APPLICABLE ELECTRICAL Motors should conform
12. for which DGMS approval is not available 5 The Bidder should indicate the name of the manufacturer the country of origin and port of dispatch of the materials 6 Items in the event of order should be embossed die stamping with purchase order number amp date Bidders shall confirm compliance to the same while quoting 7 Delivery period Bidders are requested to quote their best delivery period 8 Any deviation s from the tender specification should be clearly highlighted specifying justification in support of deviation 9 Bidders are to quote for all the items as indicated in the NIT failing which the bid will be rejected The same should be confirmed by the Bidder in the technical bid 10 Payment Payment shall be released as follows a Goods supplied with valid DGMS Approval 1 90 of the supply value shall be released against proof of despatch shipment of the goods and submission of valid DGMS certificate 11 Remaining 10 of the supply value shall be paid after receipt and acceptance by OIL b Goods supplied without DGMS approval but with Field Trial Permissions only e Tender No SDG6890P 16 06 Page 6 of 13 1 50 of the supply value shall be released against proof of despatch shipment of the goods and submission of valid DGMS field trial permission certificate 11 50 of the supply value shall be released on receipt of valid DGMS certificate SPECIAL NOTES l The items shall be brand new unu
13. ier k The motor Tank skid amp Push Button should be provided with two distinct suitably rated body earthing points 1 The Electrical system and DGMS approvals shall be inspected tested during pre dispatch inspection at the manufacture s works Dispatch clearance will be given only after successful completion of the same m 450 liters approx capacity hydraulic oil reservoir complete with baffles drain level indicators Filter amp Breather assembly Suction Strainer and Return Line Filter 10 micron n Hydraulic Vane Type Pump Commercial make or equivalent with minimum flow rate of 65 GPM 246 LPM at 1000 psi 70 3 kg cm and minimum flow rate of 30 GPM 114 LPM at minimum 3000 psi 210 92 kg cm with Maximum operating temperature of 80 85 degree Celsius amp Normal operating temperature of 50 55 degree Celsius O The Hydraulic Unit should be complete with i Commercial make or equivalent Relief amp Un loader valve 11 Commercial make or equivalent Check valve 11 Double universal joint type coupling for prime mover amp hydraulic unit iv 0 5000 psi 0 351 5 kg cm2 dual scale pressure gauge v 70 GPM 265 LPM cooling capacity heat exchanger with 1 1 4 inches 31 75 mm inlet amp outlet connector for oil and 1 inches 25 4 mm inlet amp outlet connection for water The Heat Exchanger should be designed to maintain normal operating temperature of the Hydraulic Gear Pump 50 55 degree Celsius during op
14. ion as per the Bid Evaluation Criteria mentioned in Section D of General Terms amp Conditions for e Procurement as per Booklet No MM GLOB AL E 01 2005 e Tender No SDG6890P 16 06 Page 10 of 13 ANNEXURE C A TECHNICAL CKECKLIST Whether the hydraulic power unit feature hydraulic gear pump 2 Whether the hydraulic power unit is capable of delivering a flow rate of Yes No 65 GPM 246 LPM at around 1000 psi 70 3 kg cm and 30 GPM 114 LPM at around 3000psi 210 92 kg cm is 80 85 degree Celsius 50 55 degree Celsius 5 Whether the capacity of the hydraulic oil reservoir is 450 liters approx Yes No and is complete with baffles drain level indicators Filter amp Breather assembly Suction Strainer and Return Line Filter 10 micron Whether the hydraulic power unit will feature a 70 GPM 265 LPM Yes No cooling capacity heat exchanger with 1 1 4 inches 31 75 mm inlet amp outlet connector for oil and 1 inches 25 4 mm inlet amp outlet connection for water Whether the Heat Exchanger is designed to maintain the normal Yes No operarme temperature of the Hyaraic Gear Pamp during operation on Whether the hydraulic power unit will be mounted on heavy duty oilfield skid with provision for lifting Whether the hydraulic power unit will feature overhead cage for Yes No accommodating hoses amp electrical cables Whether the dimensions of the hydraulic power unit will be restricted to Y
15. of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in to must be received on or before the deadline given by the company failing which the offer will be summarily rejected Other terms and conditions of the tender shall be as per General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders However if any of the Clauses of the Bid Rejection Criteria BRC Bid Evaluation Criteria BEC mentioned here contradict the Clauses in the General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders of the tender and or elsewhere those mentioned in this BEC BRC shall prevail e Tender No SDG6890P 16 06 Page 7 of 13 ANNEXURE B BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC BID REJECTION CRITERIA The bids shall in general conform to the specifications and terms and conditions given in the tender Bids shall be rejected in case the goods offered do not conform to the required minimum maximum parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements will have to be particularly met by the bids without which the same will be considered as non responsive and be reject
16. provided SSS o a Name amp address ofthe agentin India To indicate O _ b Amountofagency commission To indicate oS o O _ c Whether agency commission included in quoted material value YESNO o Z o 23 Whether weight amp volume of items offered indicated YES NO 24 Whether confirmed to submit PBG as asked for in NIT YES NO NO Whether agreed to submit PBG within 30 days of placement of order YES NO For Indian bidders Whether place of dispatch indicated in the offer To specify YES NO For Indian bidders Whether road transportation charges up to Duliajan quoted YES NO 28 For Indian Bidders only Whether offered Ex works price including YES NO packing forwarding charges e Tender No SDG6890P 16 06 Page 13 of 13
17. sed amp of prime quality Bidder shall warrant in the event of an order that the product supplied will be free from all defects amp fault in material workmanship amp manufacture and shall be in full conformity with ordered specifications This clause shall be valid for 18 months from date of despatch shipment or 12 months from date of receipt of the item at site which ever is earlier In case of breakdown during the warranty period a competent service engineer of the supplier shall make as many visits as shall be necessary to rectify the system The supplier shall provide all spares required for making the system operational Bidders must confirm the same while quoting Validity of the offers should be 120 days from the date of bid opening Bids with lesser validity shall be summarily rejected The items covered by this tender shall be used by Oil India Limited in the PEL ML areas which are issued renewed after 01 04 99 and hence Nil Customs Duty during import will be applicable Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase Details of Deemed Export are furnished vide Addendum to MM GLOBAL O1 2005 enclosed However no Recommendatory letter will be issued to Indian Bidders Technical and Commercial Check List vide Annexure C shall be filled up and submitted along with the offer To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect
18. tarter should contain the following features 1 Contactors for motor starting duty Star Delta rated for the motor supplied 11 Overload Relay with hand Manual reset The manual reset function should be carried out without opening the starter cover 111 Start Stop push buttons to start and stop the motor with all interlocks in place iv 415 VAC control coil in the contactor as the system has no neutral wire v It should be provided with suitable size flame proof double compression glands for one incoming copper power cable and 2 numbers outgoing copper power cables One more suitable size flame proof double compression cable gland should be provided for connecting copper cable for remote flame proof PBS fitted with Start and Stop push buttons vi One flame proof remote start stop push button station with suitable flame proof double e Tender No SDG6890P 16 06 Page 3 of 13 compression gland and 30 meter long EPR insulated copper cable should also be supplied vil Starter must be mounted with Strong amp Rigid bracket with minimum 8 numbers of not less than 3 8 inches diameter high tension bolts Bidders are required to forward details of all the components used in the starter panel like contactor O L relay and other protective devices 1 e fuses switches etc with its make and rating C DETAILS OF PUSH BUTTON STATION Quantity 1 no A PBS should be supplied for remote Start Stop of the motor The START STOP Push Button
19. th organisation nameas per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAI Controller of Certifying Authorities CCA of India 8 Please do refer the User Manual provided on the portal on the procedure How to create Response for submitting offer e Tender No SDG6890P 16 06 Page 2 of 13 ANNEXURE A Specification of item A SKID MOUNTED HYDRAULIC POWER UNIT DRIVEN BY 60 HP ELECTRIC MOTOR WITH HYDRAULIC PUMP AND COMPLETE WITH HOSES HAVING THE FOLLOWING SPECIFICATION AND FEATURES 1 NO a DETAILS OF MOTOR Quantity 1 no Flame proof squirrel cage induction motor suitable for hazardous areas of oilfields Zone I and Gas group IIA amp II B and conforming to IS IEC 60079 1 Make Kirloskar CGL Marathon LHP BB Parameter Requirement Power Rating Voltage Frequency Phases Rated pf 0 8 or better Insulation Class F with temperature limited to Class B Temperature Class Ambient Temperature Humidity Frame Size RPM Enclosure protection Enclosure type Duty cycle Cooling Mounting Rotation Efficiency Starting Kirloskar CGL Marathon LHP BB___ b DETAILS OF STARTER Quantity 1 No Flame proof Type Ex d Star Delta starter suitable for the above motor with a provision for local and remote start stop The minimum rating of the starter should be 60 HP Starter should be mounted suitably on the same skid The s
20. ther Original Signed quotation submitted YES NO Whether quoted as manufacturer YES NO Whether quoted as authorized dealer To Specify YES NO If quoted as authorized dealer fa YES NO 5 a Whether submitted valid and proper authorization letter from manufacturer IN ORIGINAL confirming that bidder is their authorized dealer for the product e Tender No SDG6890P 16 06 Page 12 of 13 Mee Pe i b Whether manufacturer s back up Warranty G uarantee certificate submitted YES NO Whether ORIGINAL Bid Bond not copy of Bid Bond enclosed with the offer IfYES YES NO provide details a Amount _ b Name ofissuingBanks SS o O c ValidityofBidBonds S 8 Whether offered fim prices ESO 9 Whether quoted offer validity of 120 days from the date ofclosing oftende YES NO _ Whether agreed to the NIT Warranty clause YES NO Whether Price Bid submitted as per P rice Schedule YES NO Whether indicated the country of origin for the items quoted YES NO 17 Whether all the items of tender quoted YES NO 18 Whether technical literature catalogue drawings enclosed YES NO 19 For Foreign Bidders Whether offered FOB FCA port of dispatch including sea air YES NO worthy packing amp forwarding 21 For Foreign Bidders only Whether indicated ocean freight up to C amp F Kolkata port YES NO 2 Gieudngmannensvence o EN D E OR E oa _ IFYES whether following details of Indian Agent
21. to these standards or latest iterations thereof Three phase Induction motors specification Code of practice for installation and maintenance of induction motors Dimension of three phase foot mounted A C Induction motors Specification for Thermal Evaluation and Classification of Electrical Insulation Guide for testing three phase induction motors Degree of protection provided by Enclosures for Rotating Electrical Machinery Designation of methods of cooling for rotating electrical machines Permissible limits of noise level for rotating electrical machines Mechanical vibration of rotating electrical machines Energy Efficient Induction motors Three phase squirrel cage Rotating electrical machines Rating and performance degrees of protection Dimension and output ratings of rotating electrical machines Electrical Apparatus for explosive gas atmospheres flameproof enclosures d Guide for selection of electrical equipment for hazardous areas Classification of hazardous areas other than mines having flammable gases and vapors for electrical installation General requirements for electrical apparatus for hazardous areas Classification of flammable gases or vapours with air according to MESG and Minimum igniting currents Guide for Testing Single phase AC and Universal Motors Guide for testing insulation resistance of rotating machines B COMMERCIAL CHECK LIST BIDDER REMARKS IF PARAMETERS REQUIREMENTS RESPONSE Whe
Download Pdf Manuals
Related Search
Related Contents
Panasonic DMC-FH20A Surfer au bureau, mode d`emploi BJ-T803 Intelligent Time controller User Manual Version こちら Linea M1 c - Ascon S.p.A. Dimethyl Disulfide 05__Technical Manual CCE 45 au R407c 取扱説明書 - フジ医療器 SDI出力ボード ハードウェア取扱説明書 V1.0 無印良品 小物家具類取扱説明書 Copyright © All rights reserved.
Failed to retrieve file