Home
SGG5355P15 - Oil India Limited
Contents
1. P THAKURIA DEPUTY MANAGER MATERIALS PL FOR CHIEF MANAGER MATERIALS PL FOR GENERAL MANAGER PLS TEKEK KEK K K K K K K KK KK K Page6 ANNEXURE AAA SL NO Material Description amp Material code No Quantity Unit 10 INCINERATOR FOR PUMP STATION Supply of Incinerator for Pump Station 2 INCINERATOR electrically operated with High Durable body with Cover suitable for complete burning of Oil Soaked absorbent materials Oily rags gloves clothes grease domestic waste etc I Requirements Approx 200 250 L steel open head drum Weight Approx 50 70 kg with Drum Height Not more than 1 2 Meter Floor Space Not more than 1 0 X 1 0 Meter Average Handling Capacity 20 TO 30 kg Hr Ash residue Not more than 5 v v Electrical 220 volt II Accessories One year Spare parts kit as recommended by OEM to be supplied along with the incinerator NO 20 Installation Commissioning amp Training at Pump Station 2 P O Khatkhati Moran Pin 785669 District Sivasagar Assam AU 30 Supply of Incinerator for Pump Station 3 same as in item no 10 above 40 Installation Commissioning amp Training at Pump Station 3 P O Chengeli Gaon Pin 785010 District Jorhat Assam AU 50 Supply of Incinerator for Pump Station 4 same as in item no 10 above 60 Installation Commissioning amp Training at Pump Station 4 P O Jakhala Ba
2. Begusarai Bihar 190 AMC Charges for all 9 Installations AU This rate will not be used for evaluation of the offer received against this tender However please provide this information Il OTHER NOTES a The Incinerator to be supplied should meet Environmental Protection Agency EPA requirements b Emission test data to be submitted along with the offer SGG5355P15 dated 12 11 2014 c Minimum One year warranty period at site d Prompt after sales service for the machine has to be provided at site at free of cost within the watranty period Please provide confirmation to the same e Guarantee for AMC after warranty period f Confirm the supply of spares for the machine for a minimum period of 10 years g The machines have to be installed and commissioned at the said locations and the charges to be quoted separately h Supplier to provide on site Comprehensive AMC services of the Incinerators after expiry of the warranty for a period of minimum 2 two years Charges of the comprehensive on site Annual Maintenance Contract of the Incinerators is to be quoted by the supplier which will be considered for price comparisons but for which a separate contract agreement will be entered into at the quoted rate after expiry of the warranty period i The equipment to be supplied at Pipeline Headquarters Oil India Limited Narangi PO Udayan Vihar Guwahati 781171 Assam however installation commission
3. Bidding Document elsewhere then the clauses in the BRC will prevail iii Any exceptions deviations to the Bidding Document and applicable statutory duties and levies must be spelt out by bidder in their bid only iv The originals of such documents furnished by bidder s shall have to be produced by bidder s to OIL as and when asked for 2 0 BID EVALUATION CRITERIA BEC i The bids confirming to the technical specifications term and conditions stipulated in the bidding documents and considered to be responsive after subjecting to Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria SGG5355P15 dated 12 11 2014 Page12 ii To evaluate the inter se ranking of the offers Assam entry tax on purchase value will be loaded as per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer iii Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the Bidding document or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail iv To ascertain the inter se ranking the comparison of the responsive bids will be made as per price format given in Appendix I v Supplier to pro
4. Print Preview Technical RFx Respbnse Coss RFx Response Number 60006452 RFx Number TEST2 Sta RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx RI Go to this Tab Technical RFx Response for Uploading Techno commercial Bid Service and Delive Event Parameters Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Go to this Tab Notes and Attachments for Uploading Priced Bid files Status and Statist Created O Terms of Payment 9010 90 against despatch 10 after req Created B Last Processed C Last Processed B Details SendEMai Call Clear Function Number Name Valid fr Gi The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above SGG5355P15 dated 12 11 2014 Page3 _ Edit RFx Response Submit ReadOnly Print Preview Check Technical RFx Response Close Save Bid on EDIT Mode Be RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Bid Adda Clear z Assigned To Category Text Preview Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Quali E The table
5. clause xiii Integrity Pact cao se OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid xiv Bidders shall quote directly and not through Agents in India Offers made by Indian Agents on behalf of their foreign principals will be rejected Similarly offers from unsolicited bidders will be rejected C GENERAL i Incase bidder takes exception to any clause of Bidding Document not covered under BEC BRC then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw modify the deviation when as advised by the Company The loading so done by the Company will be final and binding on the Bidders No deviation will however be accepted in the clauses covered under BRC ii Incase any of the clauses in the BRC contradict with other clauses of
6. does not contain any data 6 0 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 7 0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global Tender However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC mentioned here contradict the Clauses in the General Terms amp Conditions of Global Tender of the tender and or elsewhere those mentioned in this BEC BRC shall prevail 8 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bidding document or submission of offers not substantially responsive to the bidding document in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 9 0 Bidders must ensure that their bid is uploaded in the system before the Bid 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 10 0 Bid must be s
7. indicate the same while making application along with tender fee for participation Tender documents can also be purchased online by using Credit Card Debit Card as well as net banking Details of NIT can be viewed using Guest Login provided in the e procurement portal SGG5355P15 dated 12 11 2014 Pagel oO Oil India Limited A Govt of IndiaEnterprise a PO Udayan Vihar Guwahati 781171 Assam India TELEPHONE NO 91 361 2594286 FAX NO 91 361 2643686 Email panchali oilindia in erp_mm oilindia in Tender No amp Date SGG5355P15 dated 12 11 2014 Tender Fee INR 6 000 00 OR USD 100 00 Bid Security INR 1 23 120 00 OR USD 2052 00 Bidding Type SINGLE STAGE COMPOSITE BID SYSTEM Bid Closing on As mentioned in the Basic Data of the tender in OIL s e portal Bid Opening on As mentioned in the Basic Data of the tender in OIL s e portal Performance Guarantee Applicable Integrity Pact Applicable OIL INDIA LIMITED invites Global Tenders for Supply Installation Commissioning of Incinerator and Training DETAILED TECHNICAL SPECIFICATIONS PROVIDED IN ANNNEXURE AAA Special Notes 1 0 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 Amendments amp Addendum to General Terms amp Conditions for e Procurement 2 0 Commercial Check list are furnished Please ensure tha
8. of at least 3 Three Nos incinerators of not less than 20 kg Hr average burn rate in the last 5 Five years preceding to the Bid Closing date A copy of Purchase Order and Performance Report Proof of Supply should be enclosed along with bid to ascertain the same 3 2 3 Bidder shall enclose a Certificate in support of authorization of dealership distributorship with back up Warranty amp Guarantee from the Original Equipment Manufacturer OEM to quote for this bidding document 3 2 4 The bid shall be rejected in case of any change of the proposed Original Equipment Manufacturer OEM after submission of the bid except merger takeover of the OEM Company etc by authorized dealer distributor of the Original Equipment Manufacturer OEM 4 0 A valid copy of the approval from Environmental Protection Agency EPA 5 0 Offer should be complete with Supply Installation Commissioning and Training at site B COMMERCIAL i The Bidder shall furnish requisite Bid Security by way of a Bank Guarantee Bank Draft in the manner and as specified in Section Bid Security which shall be furnished alongwith the Bid Any bid not accompanied by a proper bid security will be rejected ii Validity of the bid shall be minimum 6 months 180 days from the Bid Closing Date otherwise the bid shall be rejected iii The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjus
9. OIL INDIA LIMITED A Government of India Enterprise P O Udayan Vihar 781171 Guwahati Assam India A OIL INDIA LIMITED invites International Competitive Bids under single stage composite bid system through its e procurement portal https etender srm oilindia in irj portal for the following item e Tender no amp Material Description Bid Closing date SGG5355P15 Procurement Installation amp Commissioning of Incinerators BC date 28 01 2015 alongwith Operational training Application showing full address e mail address with tender fee Non refundable of USS 100 00 or RS 6 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Guwahati is to be sent to Chief Materials Manager PL Oil India Limited P O Udayan Vihar Assam 781171 only between 28 11 2014 and one week prior to Bid Closing Date The envelope containing the application for participation should clearly indicate Request for participation for easy identification and timely issue of authorization No physical tender documents will be provided On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e procurement portal Bidders who are already having vendor code user Id are advised to log in using user Id amp password and register against the respective e tender and
10. THE BIDDER SGG5355P15 dated 12 11 2014 Page19
11. e of Tax G Total FOR Despatching station value E F H Transportation charges to PHQ Guwahati 1 Transit Insurance Charges J Assam Entry tax K Total FOR Guwahati value G H I4 J L Total Installation and Commissioning charges at sites Lumpsum M Service tax on Commissioning charges if any please indicate the percentage N Training Charges at sites Lumpsum O Service tax on Training charges if any please indicate the percentage P AMC Charges Lumpsum Q Service tax on AMC charges R Total Value K L M N 0 P Q above S Total value in words T Gross Weight U Gross Volume 1 0 Installation amp Commissioning charges Training charges and AMC charges must be quoted separately not to include in materials cost on lumpsum basis which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging local transport and other expenses of supplier s commissioning and training personnel during their stay at the sites SGG5355P15 dated 12 11 2014 Page15 2 0Bidders must categorically indicate the Installation amp Commissioning charges Training charges and AMC charges in their offers and must confirm about providing the same in their bids In case these charges are NIL inclusive bidder must categorically mention the same in their offer else it shall be considered as inclusive while evaluating the offer 3 0 All materia
12. g amp Training at BPS Pump 1 AU Station 10 i Commercial Bid Format SUMMARY for Foreign Bidders A Total material cost as in Serial no 1 above SGG5355P15 dated 12 11 2014 Page14 B Packing amp FOB FCA Charges C Total FOB FCA value A B above D Ocean Air Freight Charges upto Kolkata India E Insurance Charges 1 of Total FOB Port of Shipment value vide C above F Banking Charges 0 5 of Total FOB Value C above in case of payment through Letter of Credit If confirmed L C at buyer s account is required 1 5 of Total FOB Value will be loaded G Total CIF Kolkata value C D E F above H Total Installation and Commissioning charges at sites Lumpsum I Service tax on Commissioning charges if any please indicate the percentage J Training Charges at sites Lumpsum K Service tax on Training charges if any please indicate the percentage L AMC Charges Lumpsum M Service tax on AMC charges N Total Value G H I J K L M above O Total value in words P Gross Weight Q Gross Volume ii Commercial Bid Format SUMMARY for Indigenous Bidders A Total material value as in Serial no 1 above B Packing and Forwarding Charges C Total Ex works value A B D Excise Duty including Cess Please indicate applicable rate of Duty Total Ex works value including Excise Duty amp Cess C D F Sales Tax Please indicate applicable rat
13. hed along with the bid 3 0 Bidder s Experience 3 1 In case the bidder is an Original Equipment Manufacturer OEM of the offered Incinerator the following criteria shall be met by the Bidder 3 1 1 The bidder should have been in the business of manufacturing of incinerator for 3 Three years preceding to the Bid Closing date Necessary document i e Copy of Audited Balance sheet for last 3 Three years should be enclosed along with techno commercial bid to ascertain the same 3 1 2 The bidder should have the experience of successful execution of Supply Installation Commissioning and Training of at least 3 Three Nos incinerators of not less than 20 kg Hr average burn rate in the last 5 Five years preceding to the Bid Closing date A copy of Purchase Order and Performance Report Proof of Supply should be enclosed along with bid to ascertain the same 3 2 In case the Bidder is an authorized dealer distributor of OEM of incinerator the following criteria shall be met by the Bidder SGG5355P15 dated 12 11 2014 Page10 3 2 1 The bidder should have been in the business of supplying of incinerator at least 3 Three years preceding to the Bid Closing date Necessary document i e Copy of Audited Balance sheet for last 3 Three years should be enclosed along with techno commercial bid to ascertain the same 3 2 2 The bidder should have the experience of successful execution of Supply Installation Commissioning and Training
14. ing and training to be provided at site as mentioned above SGG5355P15 dated 12 11 2014 Page9 ANNEXURE BBB Bid Rejection Criteria BRC amp Bid Evaluation Criteria BEC 1 0 BID REJECTION CRITERIA BRC The bid shall conform generally to the specifications and terms and conditions given in this bidding document Bids shall be rejected in case the goods materials offered do not conform to required parameters stipulated in the technical specifications Notwithstanding the general conformity of the bids to the stipulated specifications the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected All the documents related to BRC must be uploaded alongwith the Technical Bid A Technical The Bidder must meet the following requirements 1 0 The offer should be for Supply Installation Commissioning Portable Incinerator as well as Training at site meeting the scope of work specifications mentioned in the bidding document 2 0 Bidder s Qualification The bidder shall be an Original Equipment Manufacturer OEM of incinerator A copy of Certificate of Incorporation of the firm shall be furnished along with the bid OR The bidder shall be an authorized dealer distributor in India for the Original Equipment Manufacturer OEM of Incinerator A copy of certificate of incorporation of Original Equipment Manufacturer OEM shall be furnis
15. ls Installation amp Commissioning amp Training to be obtained from same source SGG5355P15 dated 12 11 2014 Page16 ANNEXURE CCC COMMERCIAL CHECK LIST 1 Whether bid submitted under Composite Bid System Whether ORIGINAL Bid Bond not copy of Bid Bond submitted If YES provide details a Amount b Name of issuing Bank c Validity of Bid Bond d Whether Bid Bond is valid till 3 Whether offered firm prices Whether quoted offer validity of six months from the date of closing of tender 5 Whether quoted a firm delivery period 6 Whether quoted as per tender without any deviations ql Whether quoted any deviation 8 Whether deviation separately highlighted 9 Whether agreed to the Warranty clause 10 Whether Price Bid submitted as per Price Schedule refer Appendix I 11 Whether quoted all the items of tender SGG5355P15 dated 12 11 2014 Page17 2 Whether indicated the country of origin for the items quoted 13 Whether technical literature catalogue enclosed 14 Whether confirmed acceptance of tender Payment Terms 15 For Foreign Bidders Whether offered FOB FCA port of despatch including sea air worthy packing amp forwarding 16 For Foreign Bidders Whether port of shipment indicated To specify For Indian bidders Whether indicated the
16. n or before the original B C date shall not be permitted to revise their quotation 13 0 Integrity Pact a OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASW AMI LA S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 14 0 No press advt will be published regarding amendment to Bidding Document or extension of BC Date The same will be uploaded in OIL website and informed to all prospective bidders who have received the bidding documents Yours Faithfully Sd SGG5355P15 dated 12 11 2014 Page5 SGG5355P15 dated 12 11 2014
17. ndha Pin 782136 District Nagaon Assam AU SGG5355P15 dated 12 11 2014 Page7 70 Supply of Incinerator for Pump Station 5 same as in item no 10 No above 80 Installation Commissioning amp Training at Pump Station 5 P O AU Udayan Vihar Guwahati Pin 781171 District Kamrup Metro Assam 90 Supply of Incinerator for Pump Station 6 same as in item no 10 No above 100 Installation Commissioning amp Training at Pump Station 6 P O AU Bongaigaon BOC Gate Pin 783380 District Bongaigaon Assam 110 Supply of Incinerator for Pump Station 7 same as in item no 10 No above 120 Installation Commissioning amp Training at Pump Station 7 P O AU Madarihat Pin 735220 District Jalpaiguri West Bengal 130 Supply of Incinerator for Pump Station 8 same as in item no 10 No above 140 Installation Commissioning amp Training at Pump Station 8 P O AU Haptiagach via Islampur Pin 733202 District Uttardinajpur West Bengal 150 Supply of Incinerator for Pump Station 9 same as in item no 10 No above 160 Installation Commissioning amp Training at Pump Station 9 P O AU Dumar via Gurubazar Pin 854104 District Katihar Bihar 170 Supply of Incinerator for BPS same as in item no 10 above No 180 Installation Commissioning amp Training at BPS Pump Station 10 AU P O Barauni Oil Refinery Pin 851114 District
18. place from where the 17 goods will be dispatched To specify 18 For Indian bidders Whether road transportation charges up to Destination quoted 19 For Indian Bidders only Whether offered Ex works price including packing forwarding charges 20 Whether Indian Agent applicable 21 If YES whether following details of Indian Agent provided a Name amp address of the agent in India To indicate b Amount of agency commission To indicate c Whether agency commission included in quoted material value 22 Whether weight amp volume of items offered indicated 23 Whether Third Party Inspection TPI Charges quoted if any 24 Whether demonstration charges applicable 25 If demonstration charges charges applicable whether quoted separately 26 Whether confirmed to submit PBG as asked for in tender 27 Whether agreed to submit PBG within 30 days of placement of order 28 For Indian Bidders only Whether indicated import content in the offer 29 For Indian Bidders only Whether all applicable Taxes amp Duties have been quoted SGG5355P15 dated 12 11 2014 Page18 30 Whether all BRC BEC clauses accepted 31 Whether Integrity pact with digital signature uploaded 32 Whether name of manufacturer and country of origin indicated 33 Whether documentary evidences as desired enclosed 34 Please indicate currency you are quoting in OFFER REF NAME OF
19. t the check list are properly filled up and uploaded along with Technical bid 3 0 Nil custom duty shall not be applicable against this tender Indigenous bidder are requested to quote non Deemed Export prices SGG5355P15 dated 12 11 2014 Page2 4 0 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 Chief Material Manager Oil India Limited Pipeline Headquarter P O Udayan Vihar Guwahati 781171 on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue and any other document which have been specified to be submitted in original 4 1 Tender Fee and Bid Security can also be paid through payment gateway in the e tender portal Please refer to Vendor User Manual updated in the e tender portal as well for further details 5 0 Bidders shall prepare and shall upload through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Techno commercial Bid shall contain all technical and commercial details Details of prices as per price format in Appendix I to be uploaded as attachment in the Attachment Tab Notes and Attachments 5 1 A screen shot in this regard is given below Display RFx Response Edit
20. table price will be treated as non responsive and rejected iv Bids received after the bid closing date and time will be rejected v All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected vi The User ID amp Password are not transferable Bids submitted by parties to whom the User ID amp Password was not issued by the Company will be rejected vii Conditional offers will be rejected viii Bids received in any form or media other than through OIL s e Procurement portal will not be accepted SGG5355P15 dated 12 11 2014 Page11 ix Bid documents uploaded in the e Procurement Portal shall be typed written and scanned clearly and contain no inter lineation erasures or overwriting except as necessary to correct errors made by bidder in which case such corrections must be initialed by the person s signing the bid Any bid not meeting this requirement shall be rejected x Bidder must accept and comply with the following clauses as given in the Bidding document in toto failing which offer will be rejected Performance Bank Guarantee clause Force Majeure Clause Tax Liabilities clause Arbitration clause Liquidated damage
21. ubmitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected All the Bids must be Digitally Signed using Class 3 digital certificate e commerce application as per Indian IT Act obtained from the licensed SGG5355P15 dated 12 11 2014 Page4 RFx Response Number 60006452 RFx Number TEST2 Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA a ny Assigned To Category Description File Name Version Processor Checked Certifying Authorities operating under the Root Certifying Authority of India RCAT Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 digital certificate will be rejected 11 0 Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited 12 0 In the event of receipt of only a single offer against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids o
22. vide on site Comprehensive AMC services of the Incinerators after expiry of the warranty for a period of minimum 2 two years Charges of the comprehensive on site Annual Maintenance Contract of the Incinerators is to be quoted by the supplier which will be considered for price comparisons but for which a separate contract agreement will be entered into at the quoted rate after expiry of the warranty period SGG5355P15 dated 12 11 2014 Page13 Appendix I Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below Priced Bid Format SUMMARY S1 Material Description amp Material code No Qty Unit Unit Total No Price Price l Cost of Incinerator to be supplied at Guwahati Details 9 NOs as in technical specification in Annexure AAA 2 Installation Commissioning amp Training at Pump 1 AU Station 2 3 Installation Commissioning amp Training at Pump 1 AU Station 3 4 Installation Commissioning amp Training at Pump 1 AU Station 4 5 Installation Commissioning amp Training at Pump 1 AU Station 5 6 Installation Commissioning amp Training at Pump 1 AU Station 6 7 Installation Commissioning amp Training at Pump 1 AU Station 7 8 Installation Commissioning amp Training at Pump 1 AU Station 8 9 Installation Commissioning amp Training at Pump 1 AU Station 9 10 Installation Commissionin
Download Pdf Manuals
Related Search
Related Contents
ECC100 EPICS Developers Manual Cosmo - Cosmo Tunnel TOP CALL - 株式会社キャプテンジャパン MEITRACK T1 User Guide 1ère feuille - Le diocèse de Saint-Dié CSVA: North American Standard Out-of câblage installation du thermostat Walking Ad Inflatable™ Display Mode d`emploi Copyright © All rights reserved.
Failed to retrieve file