0% found this document useful (0 votes)
41 views13 pages

IOCL - Tender

Uploaded by

Mohan media
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
41 views13 pages

IOCL - Tender

Uploaded by

Mohan media
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Name of Work Tender No.

Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
Panipat Refinery

Scope of work

NOTE

1. Bidders are advised not to make any changes/ noting /comments in this section.

2. Any comment made in this section will not be taken into consideration while evaluation.

All comments/noting/deviations/exceptions if any may be recorded in exception and


3.
deviation format (Annexure: S2-B) of SECTION-2 of tender document.

Doc No. PRCC_GEM_SEC3


Scope of work
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

SCOPE OF WORK AND TECHNICAL TERMS AND CONDITONS

SPECIFICATIONS AND TERMS& CONDITIONS

1.0 JOB DESCRIPTION

Laser Mapping of 4 nos Coke Drums of 8550mm dia. at Panipat refinery, comprising of Laser scanning
and remote visual inspection (RVI).

2.0 SCOPE OF AGENCY

2.1 Agency shall carry out complete laser scan of all 4 nos. Coker drums from tangent to tangent by
agency’s equipment, tools and manpower without entering the drums. Laser system shall be capable of
collecting laser distance measurements (ranges) to an accuracy of 1/8" on a 1" X 1" grid over the entire
vertical surface of the drum.

2.2 Remote visual Inspection of drum from tangent to tangent internal surface and weld joints of all four
coke drums either by using high definition video/ still camera should be performed. Images should have
adequate resolution to give perceptible details on coke drums internal condition like cracks, cladding
disbondment and drum deformation.

Details of Coker Drums


Tangent to Tangent length: 22750mm
Drum ID: 8550mm
Vertical Height (Total): 35620mm
MOC: SA 263 (SA387 Gr11 Cl 1+ SA 240 Gr 410S Cladding)
Drums are in use since commissioning in August 2006.
Initial laser mapping of the drums was performed in June-2011 and subsequent follow-up scanning in
2012, 2014, 2016, 2019 & 21.

2.3 A site report shall be submitted by the agency upon completion of the job before leaving the site.
Preliminary findings& critical bulges should be presented in the report. Agency shall submit two copies of
detailed report on Laser scan & Video inspection in hard& soft forms. Two copies of scan data in text
format either in Cartesian (X, Y, Z) or polar form should be provided along with the inspection report in
CD/DVD/USB devices.

2.4 Report shall include colour visualization (contour map) of the drums with bulge depths indicated and
drum weld seam overlays to assist in the location and orientation of drum features. Colour palette selected
in drum maps should be clearly indicated adjoining the image and the nominal radius each colour
represents.

2.5 Agency shall present comparative drum profiles with reference to past Laser mapping data of other
agencies which will be provided in text form or drum contour map to ascertain the bulge growth at all
elevations and azimuths of the drums.

Doc No. PRCC_GEM_SEC3


Scope of work
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

2.6 Inspection report shall also include quantitative measurement of bulge growth of the coke drums
against the profile of the drums recorded in 2021. All significant bulge trending in 3rd and 4th shell courses
of all drums is to be indicated in the report at different elevations at an interval not more than 2 inches.

2.7 All bulges above 0.5% of the nominal dia. should be specified with each bulge location and size in
terms of horizontal and vertical measurements. All critical bulges and other areas in each drum should be
mentioned in the report.

2.8 Any authorized technical representative of the agency should visit Panipat refinery along with the final
report and the data to be submitted to IOCL to discuss the final report within 60 days of job completion at
Panipat site. Findings of the laser scan and the severity of the bulges should be appraised to IOCL along
with on-site training on Laser Scan software on installation, handling& interpreting the laser scan data and
to evaluate bulge growth of the drums at different elevations and azimuths.

2.9 Agency shall continue to assist IOCL in future over phone& e-mail if required for any clarification in
using software and also provide future upgrades of the software at free of cost for at least 3 years.

2.10 Lodging / boarding / transportation / any other expenses will be in the scope of agency.
Transportation arrangement to be done for all deployed personnel’s outside battery area for all members of
the team.

2.11 All PPEs like helmets, safety shoes, IFR suits, ear plugs, safety goggles, hand gloves, full body safety
harness etc. shall be provided by contractor to all working personnel’s.

3.0: Special conditions & Requirements

3.1 All inspection activities of each drum need to be completed between coking cycles on live coke drums
in operational plant within max. 4 hrs from the time drum is handed over to agency after opening the top
and bottom covers of the drum. Drum temperature would be ensured below 80 C during scanning time.

3.2 No unit shut-down/ extended idling of the drum would be provided specifically for executing this job,
agency must be ready to carry out the inspection as and when the drum is available between the cycles.

3.3 At least one drum will be released for Laser scanning in a day for not more than 4 Hrs. Both, laser
mapping and Remote Visual inspection should be completed in all respects in a drum to record the desired
accurate data within 4 hrs. Agency has to mobilise all resources required and must be capable to finish the
task within the short duration of 4 Hrs in each drum.

3.4 The drum will be taken back into operation immediately after 4 hrs. In case agency fails to complete
the laser scan and visual inspection within given time of 4 hrs, it will be the responsibility of the agency to
complete the drum inspection in next idle time after 36-40 hrs. of coke drum cycle.

3.5 Equipment/ gadgets will remain at Panipat Refinery for minimum of 7 days (4 days for inspection and 3
days for preparatory work, packing and to cope up the delays due to IOCL).

Doc No. PRCC_GEM_SEC3


Scope of work
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

3.6 Agency should complete all inspection activities within maximum of 4 days considering at least one
drum in a day. In case of any difficulty in offering one coke drum each day, more than one drum will be
released on other day. Party should be available with required resources to carryout scan in more than one
drum within 18 Hrs.

3.7 No additional payment will be made in case of any delay in inspection for any reason on account of
agency like delay in setting up the equipment, malfunctioning of equipment etc. within 7 days in all 4 drums
including all preparatory and de-mobilization activities.

3.8 Mobilization of equipment to India and de-mobilization including in-land transportation shall be the sole
responsibility of the agency. All applicable duties, levies etc. in temporary import and export of the
equipment should be paid by the agency.

3.9 Liaison with transporter, customs official etc. shall be taken care by the agency or its representative.
Agency is entirely responsible for importing and re-exporting back the inspection equipment. IOCL will not
facilitate in any way in mobilization of equipment to Panipat Refinery site and demobilization except
providing necessary permissions to enter the refinery.

3.10 Boarding lodging and travel shall remain in the scope of agency. Agency shall make its own
arrangements to fly its personnel from origin to Panipat, India and back.

4.0 SCOPE OF IOCL, PANIPAT REFINERY

4.1 IOCL will provide transportation for the Inspection team inside the site premises.

4.2 IOCL will hand over one coke drum per day for inspection after thorough cleaning using coke cutting
water.

4.3 IOCL shall provide necessary work permits for carrying out of jobs.

4.4 Site assistance for electrical connections, handling of equipments, unpacking/packing of equipments
etc. will be facilitated.

4.5 IOCL will only arrange for Indian standard power supply of 220V, 50 Hz up to the power panels of
agency. In case agency's equipment is to operate on other power configuration, required power generator
or the transformers should be arranged by the agency itself. Agency will not be eligible for any payment on
account of use of its own power source.

5.0 Following documents shall be submitted for final processing of invoice:

a. Final report of inspection

b. Invoice along with all PF,ESI.

6.0 MOBILIZATION

6.1 Prior notice of 30 days will be given to agency to mobilise inspection team and equipment. Agency
shall inform of at least 15 days in advance regarding their travel plan and equipment arrival date. However

Doc No. PRCC_GEM_SEC3


Scope of work
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

agency will be required to share details of personnel visiting the site for gate pass preparation 3 months in
advance from tentative date.

7.0 VALIDITY

7.1 Contract is valid for 12 months reckoned from the date of site handover

Doc No. PRCC_GEM_SEC3


Scope of work
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

PREAMBLE TO ‘SCHEDULE OF RATES’

1. The schedule of rates should be read with all other sections of this tender.

2. The tenderers shall be deemed to have studied the items, specifications, and details of work to
be done within the time schedule attached and to have acquainted himself with the conditions
prevailing at site.

3. The quantities shown against various items are only approximate. Any increase or decrease in
the quantities shall not form the basis of alteration of the percentage quoted and accepted.

4. The Owner reserves the right to extrapolate/interpolate the rates for such items of work falling
between similar items of lower and higher magnitude.

5. The works, item wise, shall be measured upon completion and paid for at the rates quoted and
accepted.

6. All the items of work mentioned in the ‘Schedule of Rates’ and covered by this contract shall be
carried out as per the drawings, specifications and directions of the Engineer-In-charge, and
shall include all labour, materials, tools and tackles, plants testing, if any, with contractor’s
testing appliances etc. required to complete the job.

7. For Tender having provision of Variable and Fixed part (as per SOR details), the
discount or surcharge as quoted by the bidder shall be applicable only for the variable
part not for the Fixed part items. Further in this case quoted price of the bidder shall be
inclusive Fixed part of the estimate. This shall supersede anything other specified
elsewhere in the tender documents.

Doc No. PRCC_GEM_SEC3


Scope of work
Tendor No.: RPRC242190

Schedule of Rates
Service Required for Plant: 9060 ,Panipat Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Laser Mapping of Coke Drums in DCU

00010 1.000 LS 5,494,163.31 5,494,163.31


Inspection of 4 coke drums by laser Rs.FIFTY-FOUR Rs.FIFTY-FOUR
mapping and Remote visual inspection LAC NINETY-FOUR LAC NINETY-FOUR
including crew and equipment THOUSAND ONE THOUSAND ONE
charges for 7 days as per terms and HUNDRED HUNDRED
conditions, mobalization and SIXTY-THREE & SIXTY-THREE &
de-mobalization of all equpment and PAISE PAISE
inspection crew inclusive of all THIRTY-ONE ONLY THIRTY-ONE ONLY
associated custom duties,levies and
other charges like port
handling,insurance,etc. applicable
in India and foreign contries towards
equipment
mobalization and demobalization.Only
applicable GST and
withholding tax will be borne by
IOCL
Total Value of item 00010 (Rs.): 5,494,163.31
Rs.FIFTY-FOUR LAC NINETY-FOUR THOUSAND ONE HUNDRED SIXTY-THREE & PAISE
THIRTY-ONE ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 5,494,163.31
Rs.FIFTY-FOUR LAC NINETY-FOUR THOUSAND ONE HUNDRED SIXTY-THREE &
PAISE THIRTY-ONE ONLY

page 2
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

ADDITIONAL CONDITION OF CONTRACT (COMMERCIAL)

1.0 Compliance after Award of Job:


a) The security deposit shall be governed by the respective clauses of General Conditions of Contract
(GCC), however, during the pendency of the contract, the normal rate of security deposit shall be
maintained at 5% unless otherwise agreed to in the agreed variations.

b) As soon as the tender is accepted, the contractor shall deposit the amount equivalent to 2.5% of the
value of the tender at accepted rates within the prescribed period from the date of Letter of
Acceptance in the form of Initial Security Deposit (ISD) as one portion of security deposit (SD). In
case, Earnest money deposit (EMD) have also been submitted by the contractor along with their
bid, then this EMD shall be converted into part of said initial security deposit (ISD).

c) The remaining portion (2.5%) of Security Deposit (SD) shall be recovered from your Running
Account bills as stipulated in the General Conditions of Contract (GCC). The SD shall be released
as per the stipulations of the GCC which is part of the subject tender document. Alternatively, you
are also permitted to furnish the full Security Deposit (SD) of the Total Contract Value (in advance)
in the form of online transaction or in the form of BG (if amount is above 1.0Lakh). In which case, no
Initial Security Deposit shall be required to be furnished and no deductions shall be made from the
running bills towards Retention Money, except as may be required in terms of clauses 2.1.1.1 and
2.1.1.6 of the General Conditions of Contract. Upon receipt of such SD, EMD BG (if any) submitted
by you shall be released and returned.

d) No interest shall be payable by the Corporation on the security deposit.

e) All compensations or other sums recoverable from the contractor may be deducted from the
security deposit and in the event the security deposit is reduced by aforesaid reasons, the
contractor shall be responsible to make good the shortfall in cash immediately.

f) The security deposit shall be refundable to the contractor on application duly recommended along
with the prescribed certificates by the Executing Department, after the defect liability period is over
duly supported by a final Certificate.

g) If after completion of the work, the Total Contract Value falls below the Total Contract Value as
indicated in the Acceptance of tender, such that the total Security Deposit (made up of initial
Security Deposit and Retention Money(ies) or otherwise) in the hands of the OWNER is in excess of
the Total Security Deposit calculated at the rate as mentioned in above clauses of the reduced
contract value, such excess amount, as is in the form of cash in the hands of the OWNER, shall be
refunded to the CONTRACTOR after the Final Bill is passed. If the Security Deposit furnished by
the CONTRACTOR to the OWNER in the form of Bank Guarantees, is in excess of the full Security
Deposit calculated on the contract value, by over Rs.1 lakh, the CONTRACTOR shall be permitted
to replace the Bank Guarantee(s) already submitted, by Bank Guarantee(s) to cover the reduced
value of Security Deposit.

h) In case of jobs with no defect liability period, the security deposit of successful bidder shall be
refunded after three months of completion of contract or settlement of final bill whichever is later.

i) If ISD/SD is being submitted in the form of BG then validity of BG should calculated as follows: WO
completion period + 12 months defect liability period + 02 months as claim period i.e. WO
completion period + 14 months Upon issue of work order, at the time of submitting the ISD/SD
through online mode the vendor must submit the format attached as ‘Annexure-U’ after filling up
with due information.

j) BG must be in IOCL format. No deviation with respect to IOCL format for BG is acceptable.

Doc No. PRCC_04_TEN_06_86


SECTION-1 OF TENDER DOCUMENT
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

k) Bank Guarantee is an agreement between Bank and Beneficiary (IOCL) and the same is issued
directly by the bank in favour of beneficiary. Accordingly, the stamp paper of appropriate value is
required to be purchased in the name of the bank issuing the guarantee.

l) In the stamp paper, First Party to the Bank Guarantee should be the Bank issuing the Guarantee
and the Second Party should be the beneficiary i.e. IOCL.

m) In case the stamp paper has been purchased in the name of the third party then such instrument
shall be treated as an instrument not duly stamped and shall be inadmissible in legal proceedings.
n) The security Deposit shall be refundable to the contractor after the defect liability period is over, on
furnishing the prescribed certificate by the Executing department i.e. Final Certificate as in Format-
17. In those contracts where defect liability period is not applicable, security deposit may be
released along with the Final Bill.
o) Contract Agreement is applicable for the work order value of above INR 50.00 Lac. Contract
Agreement is required to be signed within 30 days of receipt of LOA/WO. Successful bidder has to
immediately submit a blank non-judicial stamp paper/e-stamp paper (Haryana State) of INR 100/-
for the preparation of Contract agreement.

2.0 Specific Deviation with respect to GeM GTC / IOCL-SCC:


a) NIL

3.0 Labour Component:


a) Weighted percentage for Labour component over the estimated cost = NIL

4.0 Payment terms: Until and unless it is specifically mentioned anywhere in the Tender documents, the
payment term shall be as per GCC. In case it is specifically mentioned then the same shall supersede
the payment terms of GCC. Time limit for payment of RA bill & Final Bill shall be as follows:
Bill Time Limit

RA bill 28 days from the receipt of complete bill by Engineer-in-


Charge.
Final bill
(A) Where approval for extra items and 30 days from the date of receipt of complete bill by
time extension of contractual period are Engineer-in-Charge.
not involved

Final bill
(B) Where approval for extra items and 90 days from date of receipt of complete bill by Engineer-
time extension of contractual period are in-Charge.
involved

a. Advance payment against approved drawings, if any, shall be made against bank guarantee
only
b. Mobilization advance shall not be applicable until and unless it is specifically provisioned
anywhere in the Tender documents
c. If the bidder takes deviations to the specified payment terms, loading for interest implication at
1% higher than IOCL's cash credit account rate applicable on the date of issuance of tender
document shall be applicable
d. In order to avail proper ITC claim, IOCL may instruct the contractor to raise separate invoice
against separate SOR line item of the work order for processing of payment. This shall be
binding on the contractor to raise separate invoices accordingly

5.0 Under the relevant clauses of the General Conditions of Contract, the Corporation has the right to get
work done at contractor's risk and cost, or employ necessary manpower, materials and equipment at the
risk and cost of the contractor provided:

Doc No. PRCC_04_TEN_06_86


SECTION-1 OF TENDER DOCUMENT
Name of Work Tender No.
Laser scanning and Remote visual inspection of four coke drums RPRC242190
at Panipat Refinery

a. Engineer-in-charge's or Site Engineer's instructions to increase labour strength, materials and


equipment on progress schedule are not complied with by the contractor;
b. The Site Engineer on inspection or test is not satisfied with the quality of workmanship of any
work and material, and the contractor fails to replace or re-perform the work to the satisfaction
of Site Engineer;
c. There is any defect in the design or work done by the contractor and the contractor fails to re-
perform, replace or otherwise rectify the defects as pointed out by Site Engineer to the
satisfaction of Site Engineer, at the time of final tests.
d. Defects and imperfections in design or work done by the contractor are noticed during the
defect liability period and the contractor fails to rectify the defects at his own cost.
e. The contractor does not clear the site within 07 days of completion of final measurement after
termination of contract.
Balance of work is left incomplete by the Contractor on termination of the contract.

TIME SCHEDULE

Time of Completion
Time of Completion: 12 Months from date of site handover.
Validity of contract: 12 Months from the date of LOA/NOA/GeM contract which ever is
placed first.

Doc No. PRCC_04_TEN_06_86


SECTION-1 OF TENDER DOCUMENT
FORM OF CONTRACT

THIS CONTRACT made at …………… this …….. Day of ………, ……………; BETWEEN
INDIAN OIL CORPORATION LTD, a Government of Indian Undertaking registered in India
under the Indian Companies Act 1956, having its registered office at G-9, Ali Yavar Jung
Marg, Bandra (East), Bombay-400 051 and the Headquarters of its Refineries Division of
Indian Oil Corporation Ltd. (Refineries Division), Scope Complex, Core -2, 4th Floor, 7
Institutional Area, Lodhi Road, New Delhi-110 003 (hereinafter referred to as the "OWNER"
which expression shall include its successors and assigns) of the One Part; AND
…………………., ………….. carrying out business in Company/ Proprietorship
/Partnership under the name and style of
………………… …………… having its office at …………….. ……………. …………..
………….. ……………….. (hereinafter referred to/as collectively referred to as the
"Contractor'' which expression shall include his/their/its executors, administrators,
representatives and permitted assigns/successors and permitted assign) of the other part:

WHEREAS
The OWNER desires to have executed the work of “……….. …………….
……………. …………… ……………” (Tender No : ……………..) more specifically
mentioned and described in the contract documents (hereinafter called the ''work'' which
expression shall include all amendments therein and/or modifications thereof) and has
accepted the tender of the CONTRACTOR for the said work.

NOW, THEREFORE. THIS CONTRACT WITNESSETH as follows:

ARTICLE – 1

CONTRACT DOCUMENTS
1.1 The following documents shall constitute the ‘Contract documents’, namely:

(a) This contract;


(b) Tender Documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender (Letter of Acceptance No. ………… dtd. ……..)

1.2 A list of the Tender Documents is annexed hereto as Annexure 'A' while a copy of
the Letter of Acceptance of Tender along with annexure thereto dtd. ……… …… are
annexed hereto and said copies have been collectively marked as Annexure -'B'.

1.3 The Tender Documents mentioned in Annexure ‘A’ are available in electronic form
at the OWNER’S e-tender portal [https://iocletenders.nic.in] under the subject
‘Tender Number ’. These Tender Documents are an integral and valid part of the
present Contract.
ARTICLE -2

WORK TO BE PERFORMED
2.1 The CONTRACTOR shall perform the said work upon the terms and conditions and
within the time specified in the Contract Documents.

ARTICLE -3

COMPENSATION
3.1 Subject to and upon the terms and conditions contained in the Contract documents,
the OWNER shall pay CONTRACTOR compensation as specified Doc No. in the Contract
PRCC_04_TEN_06_90
Rev_02 Date 12.05.2023
documents upon the satisfactory completion of the work and/or otherwise as may be
specified in the Contract documents.

ARTICLE -4

JURISDICTION
4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a
suit, any and all actions and proceedings arising out of or relative to the contract (including
any arbitration in terms thereof) shall lie only in the court of competent civil jurisdiction in
this behalf at New Delhi (where this Contract has been signed on behalf of the OWNER)
and only the said Court(s) shall have jurisdiction to entertain and try any such action(s)
and/or proceeding(s) to the exclusion of all other Courts.

ARTICLE -5

ENTIRE CONTRACT
5.1 The Contract documents mentioned in Article – I hereof, irrespective of whether they
are available or executed electronically or physically, embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract they
do not rely upon any previous representation, whether express or implied and whether
written or oral, or any inducement, understanding or agreements of any kind not
included within the Contract documents and all prior negotiations, representations,
contracts and/or agreements and understandings relative to the work are hereby cancelled.

ARTICLE -6

NOTICES
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order
or communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if
delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-Charge
as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents
or otherwise available to the OWNER, any notice, order or other communication sought to
be served by the OWNER on the CONTRACTOR with reference to the Contract, shall be
deemed to have been sufficiently served if delivered by hand or through Registered Post
Acknowledgement Due to the principal office of the CONTRACTOR ……….. …………
………….. ……………… or to the CONTRACTOR's representatives as referred to in
the General Conditions of Contract forming part of the Contract Documents.

ARTICLE-7

WAIVER
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms thereof
shall be deemed to be a waiver of such right, remedy, obligation or liability, as the case
may be, by the OWNER and notwithstanding such failure or delay, the OWNER shall be
entitled at any time to enforce such right, remedy, obligation or liability, as the case may
be.

ARTICLE-8

NON-ASSIGNABILITY Doc No. PRCC_04_TEN_06_90


Rev_02 Date 12.05.2023
The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the
place, day and year first above written.

Signed and Delivered Signed and Delivered


For and On behalf of For and on behalf of
M/s …………… Indian Oil Corporation Limited
(Contractor)

In the presence of :

1. …………….. 1. ………………..
2. …………….. 2. …………………

Doc No. PRCC_04_TEN_06_90


Rev_02 Date 12.05.2023

You might also like