Sunteți pe pagina 1din 9

Page 1 of 9

PROJECT : BS-IV PROJECT.

LOCATION : IOCL, BARAUNI REFINERY.

OWNER EPCM CONSULTANT

INDIAN OIL CORPORATION TECHNIP INDIA LTD.


LIMITED. NOIDA, INDIA.

NOTICE INVITING TENDER (NIT)

FOR

PILING, CIVIL & STRUCTURAL AND UNDERGROUND PIPING WORKS FOR


NEW PROCESS UNITS SUCH AS NHT, CCR, NAPHTHA SPLITTER, BENSAT AND
MS BLENDING UNIT FOR BS-IV PROJECT AT BARAUNI REFINERY OF INDIAN
OIL CORPORATION LIMITED
(Bidding Document No. TP/068107C001/T/BS-IV/16)

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not
be used for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 2 of 9

CONTENTS

Sl. No. Description Page No. of NIT

Introduction
1. 3
Brief Scope of Work
2. 3
Time Schedule for Completion
3. 3
Salient Features
4. 4
Bidder Qualification Criteria (BQC)
5. 5
Pre-Bid Meeting
6. 7
Submission of Bids & Validity
7. 7
Earnest Money Deposit (EMD)
8. 8
General
9. 9

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 3 of 9

1. INTRODUCTION

1.1 Indian Oil Corporation Limited (hereinafter referred as OWNER/IOCL) intend to carry out NSU New
Unit of capacity 0.76 MMTPA, NHT + CCRU New Unit of capacity 0.3 MMTPA, revamp of existing FCC
Gasoline Desulphurization Unit, new unit of FCC Gasoline Desulphurization Unit of capacity 0.52
MMTPA, revamp of DHDT from 2.2 MMTPA to 3.3 MMTPA at IOCL Barauni Refinery and have
appointed M/s Technip India Limited (hereinafter referred as EPCM CONSULTANT) as EPCM
CONSULTANT for implementation of this project.

1.2 Technip India Limited (EPCM CONSULTANT), Noida, U.P. on behalf of M/s Indian Oil Corporation
Limited, invites e-Bids under Single Stage Two Part Bid System for execution of PILING, CIVIL &
STRUCTURAL AND UNDERGROUND PIPING WORKS FOR NEW PROCESS UNITS
SUCH AS NHT, CCR, NAPHTHA SPLITTER, BENSAT AND MS BLENDING UNIT FOR
BS-IV PROJECT AT BARAUNI REFINERY OF INDIAN OIL CORPORATION LIMITED,
from competent agencies having PF Code No. and with sound Technical and commercial capabilities
meeting the Bidder Qualification Criteria (BQC) stated in Cl. 5.0 below.

2. BRIEF SCOPE OF WORK

2.1 The Scope of Work mainly covers Bored Cast-In-Situ Piling Works including Testing of Piles, Civil &
Structural Works, Underground Piping Works and other related works as per Price Schedule, Scope
of Works defined in various parts of the bidding documents and as required for New Process Units
such as NHT, CCR, NSU, BENSAT and MS Blending Unit of BS-IV project at IOCL Barauni Refinery.
All the Works shall be carried out as per Price Schedule, Scope of Work, General and Special
Conditions of Contract, Technical Specifications, IFC drawings, applicable Standards etc. and shall be
measured and paid accordingly in line with the terms and conditions of the bidding document. The
intended works shall be carried out in running Refinery during regular operational period or during
shut-down period and pre/post shut down period.

2.2 The Work to be carried out as per the itemized Price Schedule, Technical Specifications and Standards /
drawings enclosed with the bidding documents and further provided to the successful contractor after
award of Works. During execution of Works, there may be increase /decrease of Quantities mentioned
in the Schedule of Rates/Bill of Quantities attached with this Bidding Document, however the rates
against the individual items shall remain firm as per the relevant provisions of General Conditions of
Contract (GCC). BIDDER shall be required to execute the work anywhere within the IOCL Barauni
Refinery plant boundary on the same Unit Rates and terms and conditions.

3.0 TIME SCHEDULE FOR COMPLETION

i) Overall 18 (Eighteen Months) including Mobilization Period from the date of issue of Fax of
Acceptance (FOA). Detailed completion schedule shall be as per Annexure-1 of SCC (Time Schedule).

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 4 of 9

4.0 SALIENT DETAILS

a) Bidding Document available on Website : From 11.00 Hrs. (IST) on 24.01.2017 to 11.00
Hrs. (IST) on 21.02.2017

b) Last date of receipt of Bidders Queries for Pre-Bid : No Pre-Bid Meeting shall be held against this
Meeting Tender
c) Date / Venue of Pre Bid Meeting : No Pre-Bid Meeting shall be held against this
Tender

d) Start Date and time of Online submission of : From 10.00 Hrs. (IST) on 15.02.2016
Bids
e) Last Date and time of Online submission of Bids : Up to 14.30 Hrs. (IST) on 21.02.2017
(Bid Due Date)
f) Online Opening of Techno-commercial Un- : 14.30 Hrs. (IST) on 22.02.2017
priced Bid (*)
INR. 30,09,495.00 (Rs. Thirty Lacs Nine
g) Earnest Money Deposit / Bid Security :
Thousand Four Hundred Ninety Five Only)

h) Cost of Bidding Document (Non-Refundable) : NIL

i) Opening of Priced Bids : On date & time to be intimated later through


e-portal

If date identified as (*) above happen to be a declared holiday in M/s Technip India Ltd. NOIDA / IOCL RHQ
New Delhi the next working day shall be considered.
IOCL is using the e-tender portal (https://iocletenders.gov.in) developed by NIC, which is a secured and user
friendly system to enable bidders to search, view, download and participate in tenders directly. All interested
bidders are required to register themselves with the portal indicated above and enroll their Digital Signature
Certificate (DSC) with the user id for participation in the tender. It is the bidders responsibility to ensure that a
valid DSC has been registered on the portal and the same has sufficient validity. The complete Bidding
Document is available on I O C L website: http://iocletenders.gov.in. Bidders can also view the tender at the
central public procurement portal of government of India (https://eprocure.gov.in).
The responsibility of downloading the tender documents including corrigenda, if any, and subsequent uploading of
offer shall rest with the bidder. Tender issuing authority is not responsible for the delay / non-downloading of tender
document by the recipient due to any problem in accessing the e-tender website. The tender issuing authority is
also not responsible for delay in uploading bids due to any problem in the e-tender website. Bids will be accepted
only through e-tender portal.
The scanned copy of EMD (Bank Guarantee / Proof of online payment) has to be uploaded in the unpriced
bid.
All amendments, time extension, clarifications, etc. will be uploaded in the website (http://iocletenders.gov.in)
only and will not be published in Newspapers. Bidders should regularly visit the above website to keep themselves
updated.
Request for Bid submission extension or any queries received from any bidder with less than four
working days prior to bid due date shall generally be ignored, since there will not be adequate time for
proper communication with Client and other Bidders. However, it shall be noted that any request for
extension of the bid submission date or clarification/reply to any query from the Bidder shall be
considered only if the Consultant/Owner finds it necessary and this shall be at the sole discretion of the
Consultant/Client.

Bidders shall submit the bid directly and in their own name without involving any intermediaries.

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 5 of 9

5.0 BIDDER QUALIFICATION CRITERIA (BQC)

Bidders intending to participate shall fulfil the following Qualification Criteria in order to qualify for this
work:

5.1 EXPERIENCE CRITERIA:

5.1.1 The Bidder in his sole capacity as main or sub-contractor, should have completed contracts of at least one
or two or three Similar Work (s) of minimum value(s) as indicated below during the last Seven (7) years
ending on last day of the month immediately previous to the month in which last date of bid submission
falls:

i) Three similar completed works each costing not less than INR 25,61,39,394.00 (Rupees Twenty
Five Crores Sixty One Lacs Thirty Nine Thousand Three Hundred Ninety Four Only).
OR
ii) Two similar completed works each costing not less than INR 34,15,19,192.00 (Rupees Thirty Four
Crores Fifteen Lacs Nineteen Thousand One Hundred Ninety Two Only).
OR

iii) One similar completed work costing not less than INR 42,68,98,990.00 (Rupees Forty Two Crores
Sixty Eight Lacs Ninety Eight Thousand Nine Hundred and Ninety Only).

Similar Works as mentioned above shall mean:

Civil & Structural Jobs including RCC Works in Oil & Gas Sector (Refineries, Oil/Gas
Installations, Gas Processing Plants)/ Petrochemical Plants/ Fertilizer Plants/ Any other
Industrial Plants in India.

5. 1 .2 Sub-Contracting/Sub-letting of work shall not be permitted normally. However, in case the successful
bidder wants to engage sub-contractor for any specific part of the work, that may be permitted only with
prior written approval of Engineer-in-Charge as per the relevant provisions of SCC/GCC.

5 . 1 . 3 In case Bidder has executed and completed Composite Works Contract which includes the qualifying
work(s) stated in Cl. No. 5.1.1 above, then value of such qualifying work(s) out of the total value of
Composite Works shall be considered for the purpose of pre-qualification. For Composite Works, in the
event the value of the qualifying Work(s) cannot be ascertained from the work order / completion
certificate submitted by bidder, Copy of Schedule of Rates / Price Schedule, relevant pages of final Bill
certified by OWNER for establishing requirement of BQC or written letter from their OWNER specifying
the nature of Work with quantities and values can be submitted for evaluation.

5.1.4 A job executed by a bidder for its own plant/projects cannot be considered as experience for the
purpose of meeting requirement of BQC of the Tender. However, jobs executed for Subsidiary/Fellow
subsidiary/Holding company will be considered as experience for the purpose of meeting BQC subject to
submission of Tax paid invoice(s) duly certified by Statutory auditor of the Bidder towards payments of
statutory tax in support of the job executed for Subsidiary/Fellow subsidiary/Holding company. Such
bidders shall submit these documents in addition to the documents specified in the bidding documents to
meet BQC.

5.1.5 A job completed by a bidder as a sub-contractor shall be considered for the purpose of meeting the
experience criteria of BQC subject to submission of following documents in support of meeting the Bidder
Qualification Criteria:

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 6 of 9

a) Copy of work order and completion certificates along with SOR issued by Main Contractor. The Completion
Certificates shall have details like work order no. /date, brief scope of work, ordered & executed value of the
job, commencement date, completion date etc.

b) Certificates from the End User/ Owner/Consultant of the Owner substantiating that the agency is
approved/ authorized sub-contractor for the works sublet to him by the Main Contractor. However, in case
the Bidder worked as a Sub-Contractor to a Main Contractor who is a Govt. Body / Public Sector
Undertaking/Public Sector Enterprise/Listed Indian Public Limited Company/Multi National Corporation / JV
of these Entities, the Work Order and the Completion Certificate issued by the Main Contractor shall be
acceptable, even if the mentioned Certificate from End user/Owner/Consultant of the Owner is not
available. If the Main Contractor falls in any category other than the ones mentioned above, the specified
Certificate from the End user/Owner/Consultant of the Owner shall be submitted. In any case as
specified above, copy of Certified Final Bill/TDS Details against the concerned job shall also be submitted
by the Bidder, if so required by IOCL/Technip India Limited.

5.1.6 Cost of completed works shall be inclusive of all taxes and duties but excluding Service Tax.

The completion certificate, submitted by the bidder shall separately indicate the service tax amount
included in the value of completed job or a separate certificate from the respective client, mentioning
the service tax amount if any, included in the value of completed job under consideration should be
submitted by the bidder.

In case service tax amount / component is not specified in the submitted completion certificate, then
the amount equivalent to rate of applicable service tax for the subject tender shall be deducted from
the value of completed job mentioned in the completion certificate to arrive at the value of the
completed job without service tax.

5.1.7 Bidder shall not be on Holiday list of IOCL.

5.2 FINANCIAL CRITERIA


5.2.1 Annual Turnover of the Bidder shall not be less than INR 34,15,19,192.00 (Rupees Thirty Four
Crores Fifteen Lakhs Nineteen Thousand One Hundred Ninety Two Only) as per audited annual
financial results in at least one of the preceding 3 (Three) financial years up to the due date of
submission of bids i.e. 2013-14, 2014-15 and 2015-16.

5.3 DOCUMENTS AND DATA REQUIRED WITH BID


5.3.1 The bidder shall, in his own interest, furnish complete documentary evidence along with their offer to
justify that the bidder meets the Bidders Qualification Criteria (BQC) as given above:
The documents to be furnished for meeting Experience Criteria (Technical) should include the
following:

Certificate of Completion of the qualifying Sim ilar W orks (as defined in clause No. 5.1.1 of the
NIT) from the Owner /Consultant or documents correlating the same. Completion certificate shall
contain C ontract / Work Order No. & date of issue of Contract /Work Order, brief scope of work,
Ordered and executed value of work(s) and actual completion date of the work.

5.3.2 Bidder shall complete and submit the Experience Record Proforma meeting the Experience Criteria as
per Proposal Form B-1 provided in the Bidding Document (along with supporting documents) to
establish that the bidder meets the Bidder Qualification Criteria as per clause nos. 5.1 of this NIT.
5.3.3 In the event the value of the qualifying work(s) cannot be ascertained from the Work Order/Completion
Certificate submitted by Bidder, Copy of Schedule of Rates (SOR) as per Contract, relevant pages of
Contracts, Copy of relevant pages of Final Bill certified by Owner for establishing requirement of BQC or
written letter from their Client specifying the nature of work with quantities and values can be submitted
for qualification.

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 7 of 9

5.3.4 Bidder shall furnish documentary evidence in the form of Annual Report/ Financial Statements-
audited Balance sheets and Profit and Loss Accounts statements etc. of the preceding 3 (Three) financial
years along with the Bid to establish Bidders conformance to Financial Criteria mentioned in Cl. 5.2
above.

5.3.5 All documents furnished by the bidder in support of meeting the experience and financial criteria (5.1 and
5.2 above) of BQC as per NIT shall be submitted through e-Procurement portal in a separate
section/booklet along with their offer. This section/booklet shall be titled as Documentation against
Bidder Qualification Criteria (Experience Criteria and Financial Criteria) with proper index and
page numbering. Refer Instructions to Bidders (ITB) for details.

5.3.6 Any additional documents if deemed necessary to establish the qualifying requirements shall be
submitted by the Bidder on directions of IOCL/Technip India Limited.
5.3.7 Submission of authentic documents is the prime responsibility of the Bidder. However,
OWNER/CONSULTANT reserves the right of getting the document cross verified, at their discretion from
the document issuing authority/any other authority as required.
5.3.8 OWNER/CONSULTANT reserves the right to complete the evaluation based on the details
furnished (without seeking any additional information) and / or in-house data, survey or otherwise.
5.3.9 Failure to meet the above Qualification Criteria will render the Bid to be summarily rejected. Therefore,
the bidder shall in his own interest furnish complete documentary evidence in the first instance itself
along with their bids, in support of their fulfilling the Bid qualification Criteria as given above.

5.3.10 Notwithstanding any other condition / provision in the tender documents, in case of ambiguity or
incomplete documents pertaining to BQC, bidders shall be given one opportunity with a fixed deadline
after bid opening to provide complete and unambiguous documents in support of meeting the Bid
Qualification criteria (BQC). In case the bidder fails to submit any document or submits incomplete
documents within the given time, the bidders offer is likely to be rejected.
NOTE
Tenderers are advised to download the documents from Indian Oil Corporation Limited (IOCL) &
Government Websites i.e. 'https://iocletenders.gov.in' & http://eprocure.gov.in/cppp/relatedlinks after due
registration. This is to ensure that the bidder downloads proper / complete tender documents. This also
enables the bidder to visit the website for any corrigendum / correction which is essential for submitting
proper tender.

Any Addendum / Corrigendum / Sale date extension in respect of above tender shall be issued on
IOCL website : 'https://iocletenders.gov.in' only and no separate notification shall be issued in the
press. Bidders are therefore requested to regularly visit our website to keep themselves updated.

6. PRE BID MEETING

6.1 No Pre-Bid Meeting is planned against this job

7. SUBMISSION OF BIDS & VALIDITY

7.1 Bids are required to be submitted only through e-tender portal https://iocletenders.gov.in on or before
the Bid submission date and time. Bidders are required to register themselves on the above mentioned
e-tender portal and enroll their Digital Signature Certificate (DSC) with the user id. It may also be noted
that the price details are required to be filled & submitted only on the Price Schedule format (BOQ)
downloaded from above e-Tendering website.

7.2. Bidders in their own interest are requested to upload and submit their bid well in time. In the event of
failure in bidders connectivity with e-tender portal during the last few hours, bidder is likely to miss the
deadline for bid submission. Due date extension request due to above reason may not be entertained.
7.3 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers submitted
through e-tendering system, as above shall only be considered for evaluation and ordering.

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 8 of 9

7.4 Bidders to refer Instruction to Bidders for E-Tendering Methodology provided as Annexure-I to
Instructions to Bidders (ITB), in the Bidding document. Bidders are requested to get acquainted with
the E-Tendering System in advance and obtain/seek clarifications, if any as provided in the
Annexure-I to ITB.
7.5 Validity of bid shall be minimum 4 (four) months from the final due date of opening of
Techno- commercial (Un-priced) Bids.

8. EARNEST MONEY DEPOSIT (EMD)

8.1 Earnest Money Deposit (EMD) of required Amount as mentioned in NIT Cl. No. 4 (g) shall be paid by
Bidder through online payment /Bank Guarantee. Bidder to refer FAQ on online submission of EMD on
e-tender portal. Tenderers claiming exemption for submission of EMD shall select exemption option on
e-tender portal and upload relevant document (as mentioned below) there itself.

8.2 BG from scheduled banks (Including Nationalized banks, other scheduled commercial banks, schedule
co-operative banks and scheduled regional rural banks as appearing in the second Schedule to the RBI
Act 1934) as per proforma provided in GCC is also acceptable if EMD amount is not less than Rupees
One Lac. Bidder to take note that they need to follow exemption option in case of submission of BG in
lieu of EMD and upload scanned copy of BG as exemption document. Original BG shall reach the
tender issuing authority within 07 days of last date of submission of Bid on E portal. Earnest Money
Deposit (EMD) mentioned above paid by way of Bank Guarantee from any Bank recognized as
Scheduled Bank by Reserve Bank of India, shall be in favour of M/ s. Indian Oil Corporation Ltd.
(Refineries Division) New Delhi. The Bank Guarantee towards EMD shall be furnished on non-judicial
stamp paper of value not less than Rs100/ - (Rupees One Hundred Only) and in the prescribed
Performa enclosed in Tender Document. The Bank Guarantee shall be kept valid for a period of 6
(Six) months from the date of opening of Techno-Commercial part of the Tender. Tenders without
Earnest Money Deposit (EMD) are liable to be rejected.
8.3 Exemption of EMD will be applicable for industries covered under MSME Act, 2006 (or erstwhile
NSIC registered parties), Central / State PSU and JVs of OWNER provided that certificate issued
by the relevant agency is valid on the date of Un-priced Bid Opening. The bidder shall submit
Notary attested copy of the valid NSIC registration certificate. The certificate issued by NSIC shall
be valid as on the date of opening of Un-priced Bid. Scanned copy of Notarized Registration
certificate should be uploaded in the e-procurement website.
Bidders are required to upload the scanned copy of EMD (BG / Proof of online payment) on e-
tender portal along with e-Bid. EMD in original shall be submitted in a sealed envelope titled
Earnest Money Deposit for Bid Document No.TP/068107C001/T/BS-IV/16 within 07 (Seven)
days from the due date of submission of Bid on e-Tender portal. In case bidder fails to upload
scanned copy of EMD on e-tender Portal by the bid due date & time, such bid shall not be
considered for evaluation.

8.4 At the time of submission of bids through online portal, Online Payment details / Bank Guarantee
against Earnest Money Deposit shall be scanned & uploaded along with the offer. However, the
bidder is required to submit the original in hard copy within 7 (seven) days of date of opening of
Tender to Technip India Ltd. A-4, Sector-1, Noida-201301, (India). Kind Attn:- Mr Vinod Kumar /
Mr Amit Kardam.
8.5 Bid not accompanied with EMD / Bid security will be rejected.

This document developed by TECHNIP IINDIA LTD and the information it contains are property of Indian Oil Corporation Ltd. It shall not be used
for any purpose other than for which it was supplied.

CONFIDENTIAL Not to disclose without Authorization


Page 9 of 9

9.0 GENERAL:

9.1Bidder shall submit the integrity Agreement along with the covering letter in the prescribed format (Format
available as proposal Form-N of the Bid document) duly signed and stamped along with the Techno
Commercial Un-Priced offer. Offers of Bidders who sign & submit the Integrity Agreement will only
be considered for evaluation.

9.2 OWNER/CONSULTANT reserves the right to carry out capacity & capability assessment of the
bidder using in-house information and past performance with other Owners / Clients.
9.3 Offers of the bidders who are on Holiday/Negative list of OWNER on due date of submission of bid/
during the process of evaluation of the bids, shall not be considered for bid opening/evaluation/Award.

9.4 OWNER/CONSULTANT will not be responsible or liable for cost incurred in preparation, submission
& delivery of bids, regardless of the conduct or outcome of the bidding process.
9.5 In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for
evaluation / placement of order. Such Bidder will also be debarred from bidding in future.
9.6 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
9.7 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render
the bid liable for rejection.
9.8 Bidder shall not be under liquidation, court receivership or similar proceeding.
9.9 Un-Priced Techno-commercial part of the Bids shall be opened at 14.30 Hrs. (IST) on the due date for
opening of Bids. Time and date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
Tender opening can be witnessed by bidders by logging into the e-tender website. Tenders shall, however,
be opened irrespective of whether the bidders witness it or not.
9.10 Total works shall be awarded to one agency based on total lowest (L1) evaluated price as per the
provisions of the Bidding Document.
9.11 OWNER/CONSULTANT reserves the right to reject any or all the bids received or annul the
bidding process at any time.
9.12 Consultant for the Project or their subsidiary company or companies under the
management of consultant, are not eligible to quote for the execution of the same job for which they are
working as consultant.
9.13 Bids submitted on Consortium or unincorporated Joint-Venture basis shall not be accepted.
9.14 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference
as admissible/applicable from time to time under the existing Govt. policy. OWNER shall also follow
the Public Procurement Policy on Procurement of Goods and services from Micro and Small Enterprises
(MSEs) Order 2012.
9.15 For detailed specifications, terms and conditions and other details, B i d d e r t o refer complete Bidding
Document.
9.16 Clarification, if any, can be obtained from Mr. Vinod Kumar / Mr. Amit Kardam on working day and
time through following number. Tel. No.+ 91-120-4301564/4301164 :E-mail: VIKumar1@technip.com
/ akardam@technip.com

Signature Not Verified


Digitally signed by VINOD KUMAR
This document developed by TECHNIP IINDIA LTD and the information it contains are property
Date:of Indian Oil Corporation
2017.01.24 13:25:40Ltd. IST
It shall not be used
for any purpose other than for which it was supplied. Location: IndianOil e-Tendering Portal
CONFIDENTIAL Not to disclose without Authorization

S-ar putea să vă placă și