Indian Air Force - Punjab

37860942 bids are invited for procurement of fire and safety items hose suction , fire proximity suit , hose rubber , breathing apparatus total quantity : 9...

Indian Air Force - Punjab

37702587 bids are invited for fire breathing apparatus (scba is 10245 part 2 ) (q3) total quantity : 1...

Punjab State Power Corporation Limited - Punjab

33155191 procurement of personal protective equipment ppes for the employee of ggsstp rupnagar procurement of personal protective equipment ppes for the employee of ggsstp rupnagar , head protection: industrial safety helmet: 8 point suspension with standard accessory slot for attachment like ear muff face shield is marked as per is 2925 1984 and approved under ansi z89.1 2014 type 1, class e / en: 397 ( adjustable size 540 to 590 mm ) .or the latest is / en with proof. , white , yellow , welding helmet , ear protection. , ear plugs: foam / cotton corded in poly bags / carry case, nrr 32db, conform to is 9167 / en: 352, or the latest is / en with proof. , ear muff: cushioned headband, nrr 32db, conform to is 9167 / en: 352, or the latest is / en with proof. , respiratory protection. , respirator ( without valve ) : standard • noish approved n95 particulate respirator. • meets noish 42cfr 84 n95 requirement for a minimum 95% filtration efficiency against solid and liquid aerosols that do not contain oil. • test against particles approximately 0.3 micron in size ( mass median aerodynamic diameter ) per 42 cfr 84. • osha assigned protection facrtor ( apf ) 10. noish approved , respirator ( with valve ) : this specification cover the requirement of a valve dust mist disposable respirator compliance with standard ce approved to en 149:2001+a1:2009 ffp2 nr d filtering face piece particulate respirator.noish approved , respirator ( half mask ) it should be a half face piece reusable respirator made of advance silicon face seal to sit lower on the nose bridge to help improve eyewear compatibility. face seal should have silicon flex joint designed over noise bridge to reduce pressure & provide a softer feel for more comfort on the wearer’s face. , gas filter for respirator: applicable for organic vapour / inorganic / acid / ammonia gas isi marked as per is 15323: 2002 or ansi / ce marked en: 14387: 2004, or the latest is / ce marked en with proof. , eye protection , safety goggles impact protector ( dust, grinding ) : hard coated clear polycarbonate lenses with side shield as per is 5983: 1980 / ce marked en: 166 / ansi z87.1.2003, or the latest is / ce marked en with proof. , welding goggles: fitted with ir 5 / 11 lens, as per is: 5983:1980 or ansi / ce marked en: 166 / 169. or the latest is / ce marked en with proof. , welding hand screen: flat fronted flame retardant with concealed handle as per is 1179: 2008, en 175:1997 or the latest is with proof. , welding head screen adjustable, flat front, flame retardant as per is 1179: 2008 or ansi / ce marked , welding glass ( black ) : black welding glass size 4.25” x 3.25” ce marked en166, or the latest is / ce marked en with proof. , welding glass ( white ) : white welding glass size 4.25” x 3.25” ce marked en166, or the latest is / ce marked en with proof. , hand protection. , leather hand gloves: as per is 6994 ( part 1 ) : 1973, ce marked, en:388 size 14”, or the latest is / ce marked en with proof. , do size 16’’ , chemical resistant hand gloves; made of pvc, neoprene, nit rile, ce marked en: 374 ( size 14” / 16” ) , or the latest is / ce marked en with proof. , heat resistant hand gloves ( asbestos free ) : heat resistant fabric & leather back & cuff with woollen liningas per is 2573: 1986 / ce marked en: 407 ( size 14” / 16” ) for employee working on hot equipment , electrical shock proof gloves: tested as per en 60903:2003, iec 60903 2014, class 00, or the latest is / ce marked en with proof. , shock proof seamless rubber hand gloves soft and flexible quality insulated and tested potential 2500 volts, working potential: 500 volts class 00. as per en 60903 2003, iec 60903 2014 or the latest is as per bis. , foot protection: safety shoes ( mechanical job ) ; with steel toe is marked as per is: 15298 ( part 2 ) : 2011, en:iso20345:211 s1, ci, class e or the latest is as per bis, having brand of liberty, bata, karam & lee copper. , size 5 no , size 6 no , size 7 no , size 8 no , size 9 no , size 10 no , size 11 no , safety shoes ( electrical job ) : with fiber toe as per is: 15298 ( part 2 ) : 2011. , en:iso20345:211 s1, ci, or the latest is as per bis having brand of liberty, bata, karam & lee copper. , size 5 no , size 6 no , size 7 no , size 8 no , size 9 no , size 10 no , pvc gum boots: is: 12254:1993, or the latest is as per bis, having brand of vaultex, bata, liberty , size 6 no , size 7 no , size 8 no , size 9 no , fall protection. , full body safety belt / harness, class a: design:1 ) dorsal attachment d ring for fall arrest 2 ) adjustable leg straps 3 ) adjustable chest straps 4 ) side straps 5 ) made up of elastic wabbing for more comfort and impact resistance. webbing: a ) material: polyester, b ) width: 44+ 1mm, c ) breaking strength:23kn. stitching thread material: high tenacity polyester. madel component 1 ) material: aluminium, 2 plating: black anodize finish: matt. vital test compliance 1 ) static strength: 15kn or 1530 kgf for 3 minutes at each attachment element. 2 ) dynamic strength: free fall from 4mtrs. height donned to a test dummy weighing 100kg at each attached element. weight: 1006gm + 10gm.consisting with pn 204 lanyard, two chest and one dorsal attachment d ring, ce marked en 361:2002 having brand of karam, ufs, 3m. , body protection , chemical resistant apron: as per is 15071: 2002 / ce marked en: 14605, or the latest is / ce marked en with proof. , dangri / raincoat: for protection from rain. , medium , large , extra large , extra extra large , laboratory apron , chrome leather apron , leather leg guard 18 , leather armguard 18 , fire safety suit ( jacket & trouser ) consisting of 3 layers along with fire hood, outer layer is of 200 gsm nomex fabric. middle layer consist of 50% nomex and 50 % viscose. third / thermal layer is of carbon filled laminated with 50% nomex and 50% viscose. the coat must meet the nfpa 1971 ; 2007 or en 469 : 2005 level 2 standards. the coaler of the coat should be designed so that the neck portion is doubly secured abd covered by mains of a throat tab, fitted with fire retardant velcrofor secure fastening across the neck. coat should be provided with 3 pockets as standards. 2 waist pockets on the lower fronts with flap closer and 1 patch pocket inside the court . the size should be suitable for fitting of person of 5’8” height and length of jacket should be 32” inch. the outer clothe should be made from inherently flame resistance para aramid fibber material with requisite blend of antistatic fibber. boots standards: certified to en 15090: 2012 type 3 or nfpa 1971: 2007 ( size 8 ) . the boots should be certified en 374 3 against resistance to dangerous chemical that is n heptane, sodium hydroxide, sulphuric acid & en 943 2 against chlorine, hydrogen chlorine, ammonia or equivalent nfpa standards. helmet standards certified to en 443: 208 or nfpa 1971: 2007. gloves standards certified to en 659: 2008 or nfpa 1971:2007. anti fire hoods standards certified to en 13911: 2004 in connections with en 340: 2003 or nfpa 1971 & 70e standards. test of acceptance as per nfpa 1976 a ) heat, flame, char resistance test, b ) tear test, c ) water absorption, d ) non conductivity test, e ) impact test for helmet and face shield , f ) reflective index / refractive index, g ) weight, h ) thermal protection test. composite suit fire test: suit should be capable of protecting wearer for 2 minutes against 3w / cm2 heat & 1 minute for 8w / cm2 , self contained open circuit automatic positive pressure compressed air breathing apparatus set en 137:2006 type 2 & cbrn approved, with 6.8 ltrs. / 300 bar aluminium lined fully wrapped carbon composite material compressed air cylinder approved to en12245 & ce marked, as per following specification 1. scba set: ce marked en 137:2006 type 2 approval and cbrn approval. 2. face mask: en 136: class 3 and ds 8468 1: 2006. 3. cylinder: ce marked en 12245 & chief controller of explosives ( ccoe ) nagpur approved, 4. cylinder valve: en 144 approved. copy of the above all approvals shall be required at the time of inspection. guarantee a ) the manufacturer shall give the guarantee of min 12 calendar months from the date of supply of goods against any manufacturing effects. b ) the manufacture shall also give guarantee for supply of spares and service for minimum period of 10 years from date of supply of goods. free training to the user shall be the provided by the supplier at our site. , breathing apparatus set ( canister type ) , full face mask moulded, chemical resistance rubber with double reflex sealing flap, 1 ) compressed air cylinder: seamless high tensile steel up to 300 bar, 2 ) cylinder valve: forged high tensile brass as per is: 7302, 3 ) air hose pipes: both high and low pressure hoses shall be made from chemical. rubber & connected with ss 316 connector, 4 ) speech diaphragm rubber, 5 ) pressure gauge is readable in bars / psi, 6 ) black plate specially made for stress free operation.or as per is 14166: 1994 confirming to en: 148 1for threading, screw in canister, conforming to is 5323:2003 or the latest is / ce marked en with proof. , pvc hand pump for transfer of chemicals liquid, rotary style, plastic / ryton construction wetted parts: pps, 304ss & ptfe, maximum flow rate: 400ml per rev, maximum velocity: 410 cst, 1 inch curved spout, 2 inch bung adaptor, 1060mm suction pipe c / w filter, suitable for drums upto 205 ltrs. description: 400ml per reb, 2 inch m bsp drum adaptor, 1060mm down tube, 27mm bent spout, chemicals. , wind sock with stand...

Ministry Of Petroleum And Natural Gas - Punjab

32535230 bids are invited for fire breathing apparatus ( scba is 10245 part 2 ) auto extension if any seller submits price in last 15 minutes, the rawill be auto extended by 15 minutes. ( for anunlimited time ) total quantity : 2...

Indian Air Force - Punjab

30815746 bids are invited for breathing apparatus accessories or supplies re breathing bag is: 11364: 1994: (q3)mse total quantity : 2...

Central Public Works Department - Punjab

30499172 o and m of specialized e and m equipments of ht oh system 4 nos 11 kv / 433 kv substn eqpt 100 / 110 / 250kva dg sets street lighting including iei operation of water supply pump sets fire fighting system etc in non resdl areas at nisa fsti and group hqrs cisf, hakimpet, hyderabad. sh providing internal wiring for breathing apparatus gallery ba panel....

Municipal Corporation - Punjab

27790914 rough cost estimate for purchase of safety equipment for sewer man in municipal corporation , s . a . s nagar. 1 reflecting jackets 2 safety helmet 3 normal face mask 4 hand gloves ( pair ) 5 safety gum boots ( pair ) 6 safety body clothing safety gear items: 7 safety tripod set 8 blower with air compressor 9 gas monitor ( 4 gases ) 10 full body wader suit 11 gas mask 12 breathing apparatus 13 a line breathing apparatus...

Municipal Corporation - Punjab

27003035 purchase of safety equipments est cost rs . 63 . 63 lacs dt 08/09 . 03 . 2021 , reflecting jackets ( included gst ) , safety helmet ( included gst ) , normal face mask ( included gst ) , hand gloves ( pair ) ( included gst ) , safety gum boots ( pair ) ( included gst ) , safety body clothing ( included gst ) , safety tripod set ( included gst ) , nylon rope ladder ( included gst ) , blower with air compressor ( included gst ) , gas monitor ( 4 gases ) ( included gst ) , full body wader suit ( included gst ) , gas mask ( included gst ) , breathing apparatus ( included gst ) , safety body harness ( included gst ) , a line breathing apparatus ( included gst ) ...

Indian Oil Corporation Limited - Punjab

25591159 servicing and maintenance of fire fighting equipment at nrpl , sangrur 10.01 checking, inspection, servicing and maintenance of fire fighting system, equipments hydrants, , extinguishers of all , water / foam monitor as per oisd / isi standards to provide best functioning of the equipments always in best healthy condition inclusive of periodically cleaning , checking / inspection / oiling / greasing of assemblies such as coupling, .nozzles , valves, hydrants, extinguishers, hose pipes , water / foam monitors, nozzles foam monitor, hose boxes , sand buckets updation of the data & identification tags , recording the status of checking in history register etc. as directed by the engineers in charge with all labors , tools and tackles and materials etc. complete. ( inspection and servicing of the equipment / fire fighting facilities is to be done periodically as mentioned against each ) : 10.02 maintenance and inspection of double headed hydrants as perdirection of eic. reporting to be done as per owner supplied format including oiling , greasing , testing as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc 10.03 maintenance and inspection of fire extinguishers of all types & capacity as perdirection of eic. reporting to be done owner supplied format including cleaning, filling of dcp powder, replacement of co2 cartridge / washer / cap / discharge pipe / squeezing grip etc. if required as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc 10.04 maintenance and inspection of fire hose as perdirection of eic. reporting to be done as per owner supplied format including cleaning, replacement of washer / spring / lock etc. if required as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc 10.05 maintenance and inspection of hose box as perdirection of eic. reporting to be done as per owner supplied format including cleaning, replacement of front glass / key box glass / key / rubber gasket etc. if required as per direction of inclusive of all tools & tackles, consumable, transportation, labour charges etc do not 10.06 maintenance of all kind of isolation valves of all sizes in fire water line, hydrants, monitors, tank sprinkler line and tank foam line by opening the same, lapping, greasing, oil as required for the job with supply of all man, material greases required for the work. 10.07 maintenance and inspection of foam / water monitors by cleaning, greasing, oiling, operating in 360 deg. for any kind blockage / damage as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc. 10.08 maintenance and inspection of nozzles all types including foam branch 10.09 maintenance of sand buckets with supply of sand for all bucket. 10.1 maintenance of foam trolley & all foam tank 200 / 1000 ltr. capacity 10.11 ppe maintenance / up keep on monthly basis like as helmets., breathing apparatus , water jel blanket, resuscitation set, fire proximity suite goggles, belts, stretcher and other ppes as per instruction of engineer in charge . 10.12 filling of foam compound / foam solution in foam tanks of fire fighting system in station area through 30l jerry cans including labour, collecting foam cans etc. in all respect. ( rates per 30l jerry cans ) 10.13 cleaning & stacking properly the foam containers, updating stock , date of expiry, date of manufacturing on board and in register, placing foam containers at the foam monitors and water hydrants. 10.14 inspection, maintenance and dechocking of foam maker of foam line and flushing with water, refitting back the foam maker & making it leak tight & testing the same including all labour, materials, tools and tackles complete in all respect with the gaskets, nuts and bolts. foam if required for testing shall be supplied by iocl. 10.15 cleaning / de chocking of nozzles of water spray system at transmix tanks and water curtain system at control room building by opening nozzle, dechocking & refitting the same as per direction of site engineer / eic complete in all respect including labour , tools tackles , consumable etc 10.16 taking the hose pipe for hydrotesting and keeping it back in position after drying / rolling etc. 10.17 taking delivery and refilling the extinguishers of various sizes / capabilities with dry or abc chemical powder, co2 gas, clean agent / oxygen / air, foam compound etc updating the data & identification tags, recording the status of checking history register etc as per isi standard and replacing the same as directed by engineer in charge ( the rates are inclusive all taxes ) . ( the co2 / n2 gas / clean agent / oxygen / air cylinder may to be taken out and delivered back within 10 days after re filling / repairing. however fire extinguishers co2 and n2 are to be supplied / kept temporary in place of each fire extinguisher for which taking out for re filling / repairing is required ) . 10.18 supply and replenishment of dry chemical powder as relevant is code 10.19 refilling of co2 gas in cartridge for using in dcp extinguisher including all labour, transportation etc. complete as per specification and direction of eic / site engineer ( co2 cartridge of 200 gms ) 10.2 refilling of high pressure co2 extinguisher ( capacity 2.0 kg ) through cce approvedparty and charging upto required pressure including taking deliveryof the cylinder from the station and returning the same inclusive of alllabour material, transportation and all. 10.21 refilling of high pressure co2 extinguisher ( capacity 4.5 kg ) through cce approvedparty and harging upto required pressure including taking deliveryof the cylinder from the station and returning the same inclusive of alllabour material, transportation and all 10.22 refilling of high pressure co2 extinguisher ( capacity 6.8 kg / 9.0 kg ) through cce approvedparty and charging upto required pressure including taking deliveryof the cylinder from the station and returning the same inclusive of alllabour material, transportation and all. 10.23 refilling of clean agent fire extinguisher of capacity 2kg / 4kg / 6kg by hexafluoropropane ( ( hfc 227ea ) note: cylinder refilling process report must be certified / inspected by an iocl nominated tpi agency. this rates includes packing and transportation charges ( to & fro ) . packing of cylinders with all required accessories for refilling from iocl sangrur installation and packing of refilled cylinders from filling station are to be done in such way that cylinders must not be damaged or integrity of cylinders must not be weakened while transporting between both locations. to and from charges or freight charges are for transporation of cylinders & other required accessories between iocl sangrur installation and filling station. 10.24 oxygen filling in cylinders of resuciator apparatus 10.25 refilling of breathing apparatus set cylinder with dry compressed air up to a pressure of 200 / 300 bar as per direction of eic, inclusive of transportation handling charges, hydrotesting complete in all respect 10.26 hydraulic testing of co2 cylinders of sizes 2.0 kg / 4.5 kg / 6.8kg / breathing apparatus as per relevant standards inclusive all taxes. 10.27 hydraulic testing of dcp cylinders 10 kg as per relevant standards. 10.28 hydraulic testing of clean agent cylinders ( 2 to 4.5 kg / cm2 ) as per relevant standards. 10.29 refilling & hydraulic testing of 25 / 45 / 50 / 75 kg dcp cylinders as per relevant standards. 10.3 supply and replacing the spares / assembles etc of the fire fighting equipments system for all sizes / capacities as per standard and approved make with all labours , materials, , tools and tackles carriages , with all taxes duties etc .complete do not quote 10.31 supply and fixing pvc discharge pipes for 10 kg dcp extinguishers 10.32 supply and fixing cast iron wheel for hydrants 10.33 supply and fixing hydrants sheet washer / rubber including fitting at site 10.34 supply and fixing hydrants coupling washer 10.35 supply and fixing pvc lock for extinguishers 10.36 supply & fitting of hdpe discharge horn for 2.0 / 4.5 / 6.8kg capacity co2 extinguishers with fittingsas per direction of eic. 10.37 supply and fitting of co2 extinguisher safety pin assembly 10.38 supply & fitting of discharge pipe with horn for all type of co2 exitinguisher 2.0 4.5kg 10.39 supply & fitting of dcp extinguisher cap washer for 10 kg dcp extinguisher as per direction of eic. 10.4 supply and replacement dcp main cap ( gun metal ) 10.41 supply and replacement squeezing grip ( plastic ) 10.42 supply and replacement of fire box glass ( front ) 10.43 supply and replacement of key box glass 10.44 supply and fixing hydrant blind cap with chain ( rubber ) 10.45 supply & fixing rubber tube of pick up tube of fb5x with strainer 10.46 supply & fixing pvc pick up pipe for foam cum water monitor with strainer of 4 m lengh as per sample 10.47 supply and replacement co2 safety valves 155kgf / cm2 10.48 supply and replacement dcp plunger pin with spring 10.49 supply and replacement dcp plunger top 10.5 supply & replacemnt of 200 gm co2 cartridges. s&r of new co2 cartridges for using in dcp extinguishers including all labour, transportation etc.. complete as per specification and direction of eic / site engineer. ( co2 cartridge of 200 gms ) 10.51 supply & fitting of clamps for hanging 2kg / 4.5kg co2 extinguisher on wall including labour charges, tools tackles & consumables complete in all respect as per direction of eic / se. 10.52 supply & fixing of hose box key 10.53 supply & fixing of f key made from 8 mm size ms rods with priming / painting 10.54 supply & fixing of f key made from 12 mm size ms rods with priming / painting 10.55 supply & fixing of f key made from 16 mm size ms rods with priming / painting 10.56 upply & fixing sand buckets with covers 10.57 supply & fixing winds socks only 10.58 supply & fixing of small hammers with chains for hose boxes. 10.59 painting works: supply and painting with two coats synthetic enamel paint ( asian paint ) fire paint including scrapping cleaning , one coat of red oxide paint if required etc as per isi standards and approved make with all labors , materials, carriages, all taxes etc including letter writing identification mark etc complete: 10.6 spray / brush painting of fire boxes including stand with 2 coats luminous yellow paint 10.61 spray / brush painting and marking of fire bucket stand with four buckets, canopy etc including nomenclature / stickers 10.62 spray painting and marking of fire extinguisher of all sizes including nomenclature / stickers. 10.63 spray / brush painting of foam / water monitors / double hydrant valves along with its stand post including letter / number writing. 10.64 spray / brush painting of fire siren including letter / number writing. removing old damaged wire mesh in foam pourer outlet and replacing with new one ( approx size 1.2x1.2 ) as directed not quote...

Indian Oil Corporation Limited - Punjab

24976958 servicing and maintenance of fire fighting equipments at nrpl , jalandhar ( including both mjpl and pjpl stations ) . unpriced sor do 10 checking, inspection, servicing and maintenance of fire fighting system / equipments hydrants, fire extinguishers of all type, hvlr, water / foam monitor as per oisd / isi standards to provide best functioning of the equipments always in best healthy condition inclusive of periodically cleaning, checking / inspection / oiling / greasing of assemblies such as coupling, nozzles, valves, hydrants, extinguishers, hose pipes, water / foam monitors, nozzles foam monitor, hose boxes , sand buckets etc, updation of the data & identification tags, recording the status of checking in history register etc. as directed by the engineers in charge with all labors, tools, tackles and materials etc. complete. ( inspection and servicing of the equipment / fire fighting facilities is to be done periodically as mentioned against each ) : 10.01 maintenance and inspection of double headed hydrants at ( mjpl & pjpl jalandhar ) as perdirection of eic. reporting to be done as per owner supplied format including oiling, greasing, testing as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc. 10.02 maintenance and inspection of fire extinguishers of all types ( e.g. dcp, co2, clean agent etc ) & capacity at ( mjpl & pjpl jalandhar ) as perdirection of eic. reporting to be done as per owner supplied format including cleaning, filling of dcp powder, replacement of co2 cartridge / washer / cap / discharge pipe / squeezing grip / clips / locks / auxilary parts etc. if required as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc 10.03 maintenance and inspection of fire hose at ( mjpl & pjpl jalandhar ) as perdirection of eic. reporting to be done as per owner supplied format including cleaning, replacement of washer / spring / lock etc. if required as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc unpriced sor 10.04 maintenance and inspection of fire hose box ( mjpl & pjpl jalandhar ) as perdirection of reporting to be done as per owner supplied including cleaning, replacement of front glass / box glass / key / rubber gasket etc. if required as direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges 10.05 maintenance of all kind of isolation valves at pjpl jalandhar ) of all sizes in fire water line, hydrants, hvlr, water monitors, tank sprinkler and tank foam pourer line, deluge valve, mvws etc by opening the same, lapping, greasing, required for the job with supply of all man, material greases required for the work. 10.06 maintenance and inspection of foam / water monitors at ( mjpl & pjpl jalandhar ) by cleaning, greasing, oiling, operating in 360 deg. for any blockage / damage as per direction of eic inclusive all tools & tackles, consumable, transportation, labour charges etc. 10.07 maintenance and inspection of nozzles all types including foam branch at ( mjpl & pjpl jalandhar ) work includes cleaning, and stacking them in hose box and in ppes bos or as per direction 10.08 maintenance of sand buckets with supply of sand for all bucket at ( mjpl & pjpl jalandhar ) repair job for sand buckets and its covers to carried out as per direction of eic inclusive of tools & tackles, consumable, transportation, charges etc. 10.09 maintenance of foam trolley 210 liter & foam 1500 ltr. capacity at mjpl jalandhar work includes repair and maintenance of wheels and other parts of foam trolley. maintenacne of foam tank include repair of its valves, bladder, safety valve, filling point cleaning etc as per direction of eic inclusive of all tools & tackles, consumable, transportation, labour charges etc. unpriced sor do 10.1 ppe maintenance in ppe almirah / up keep on monthly basis at ( mjpl & pjpl jalandhar ) work include cleaning and arranging of safety helmets, breathing apparatus set, water gel blanket, resuscitation set, fire proximity suite, goggles, gloves, safety harness, safety belts, stretcher and other ppes as per instruction of engineer in charge. list of ppes to be updated on monthly basis. 10.11 filling of foam compound / foam solution in foam tanks at ( mjpl jalandhar ) of fire fighting system in station area through 30l jerry cans including labour, collecting foam cans etc. in all respect. ( rates as per 30l jerry cans ) rates for partially filled jerry canes shall be on prorata basis. 10.12 cleaning & stacking properly the afff containers, at mjpl jalandhar updating stock, date of expiry, date of manufacturing on board and in register, placing foam containers at the hvlr / foam monitors and water hydrants. 10.13 inspection, maintenance and dechocking of foam maker & foam pourer at mjpl jalandhar of foam line and flushing with water, refitting the foam maker / pourer & making it leak tight, testing the same including all labour, materials, tools and tackles complete in all respect with the gaskets, nuts and bolts. foam if required for testing shall be supplied by iocl. 10.14 cleaning / de chocking of 1. nozzles of water spray system at transmix tanks and water curtain system at mjpl jalandhar. 2. mvws for ( piping area, cold falre unit ) and water curtain system for control building at pjpl jalandhar by opening nozzle, dechocking & refitting the same as per direction of site engineer / eic complete in all respect including labour , tools tackles , consumable etc 10.15 taking the hose pipe for hydrotesting and keeping it back in position after drying / rolling etc. hydrotesting shall be done at 10.5kgf / cm2 for 2.5 min or as per direction of eic 2 composite item unpriced sor do 20 taking delivery and refilling the extinguishers of various sizes / capabilities with dry or abc chemical powder, co2 gas, clean agent / oxygen / air, foam compound etc updating the data & identification tags, recording the status of checking in history register etc as per isi standard and replacing the same as directed by engineer in charge. ( the co2 / n2 gas / clean agent / oxygen / air cylinder may to be taken out and delivered back within 10 days after re filling / repairing. however fire extinguishers co2 and n2 are to be supplied / kept temporary in place of each fire extinguisher for which taking out for re filling / repairing is required ) . 20.01 supply and replenishment of dry chemical powder as per relevant is code or as per direction of eic 20.02 refilling of co2 gas in cartridge for using in dcp extinguisher including all labour, transportation etc. complete as per specification and direction of eic / site engineer ( co2 cartridge of 200 gms ) 20.03 refilling of high pressure co2 extinguisher ( capacity 1.0 kg / 1.5 kg / 02 kg / 3.2kg ) through cce approved party and charging upto required pressure including taking deliveryof the cylinder from the station and returning the same inclusive of alllabour material, transportation etc 20.04 refilling of high pressure co2extinguisher ( capacity 4.5 kg ) through cce approvedparty and charging upto required pressure including taking delivery of the cylinder from the station and returning the same inclusive of all labour material, transportation etc 20.05 refilling of high pressure co2 extinguisher ( capacity 6.8 kg / 9.0 kg / 22kg ) through cce approved party and charging upto required pressure including taking deliveryof the cylinder from the station and returning the same inclusive of alllabour material, transportation and all. unpriced sor do 20.06 refilling of clean agent fire extinguisher of capacity 2kg / 4kg / 6kg by hexafluoropropane ( ( hfc 227ea ) note: cylinder refilling process report must be certified / inspected by an iocl nominated tpi agency. this rates includes packing and transportation charges ( to & fro ) . packing of cylinders with all required accessories for refilling from iocl jalandhar installation and packing of refilled cylinders from filling station are to be done in such way that cylinders must not be damaged or integrity of cylinders must not be weakened while transporting between both locations. to and from charges or freight charges are for transporation of cylinders & other required accessories between iocl jalandhar ins tallation and filling station. 20.07 oxygen filling in cylinders of resuciator apparatus through cce approved party. certificate for the same shall be submitted after refilling. 20.08 refilling of breathing apparatus set cylinder with dry compressed air up to a pressure of 200 / 300 bar as per direction of eic, inclusive of transportation handling charges, hydrotesting complete in all respect. cylinder refilling process report must be certified / inspected by an iocl nominated tpi agency. this rates includes packing and transportation charges ( to & fro ) . packing of cylinders with all required accessories for refilling from iocl jalandhar installation and packing of refilled cylinders from filling station are to be done in such way that cylinders must not be damaged or integrity of cylinders must not be weakened while transporting between both locations. to and from charges or freight charges are for transporation of cylinders & other required accessories between iocl jalandhar ins tallation and filling station. 20.09 hydraulic testing of co2 cylinders of sizes 2.0kg / 3.2kg / 4.5 kg / 6.8kg / 22kgbreathing apparatus as per relevant standards and or as per direction of eic. 20.1 hydraulic testing of dcp cylinders 09kg / 10 kg as per relevant standards and or as per direction of eic 20.11 hydraulic testing of clean agent unpriced sor 20.12 refilling & hydraulic testing of 25 / 45 / 50 / 75 kg dcp cylinders as per relevant standards and or as per direction of eic 20.13 supply and replacing the spares / assemblies etc of the fire fighting equipments system for all sizes / capacities as per isi standard and approved make with all labours, materials, tools and tackles carriages, with all taxes duties etc. complete inclusive of labor transportation etc as per direction of eic 20.14 supply and fixing pvc discharge pipes for 09kg / 10 kg dcp extinguishers 20.15 supply and fixing cast iron wheel for hydrants / hvlr and other hovs 20.16 supply and fixing hydrants sheet washer / rubber including fitting at site 20.17 supply and fixing hydrants coupling washer 20.18 supply and fixing metal lock for extinguishers 20.19 supply & fitting of hdpe discharge horn for 2.0 / 3.2kg / 4.5 / 6.8kg capacity co2 extinguishers with fittingsas per direction of eic. 20.2 supply and fitting of co2 extinguisher safety pin assembly 20.21 supply & fitting of discharge pipe ( as per relevant is code ) with horn for all type of co2 exitinguisher 2.0 / 3.2kg / 4.5kg / 6.8kg 20.22 supply & fitting of dcp extinguisher cap washer for 9kg 10kg 25kg 75kg dcp extinguisher as per direction of eic. 20.23 supply and replacement dcp main cap ( gun metal ) for capacity ( 10kg, 09 kg, 25 kg, 75kg ) 20.24 supply and replacement squeezing grip ( plastic ) 20.25 supply and replacement of fire box glass ( front ) 20.26 supply and replacement of key box glass 20.27 supply and fixing hydrant blind cap with chain ( rubber ) 20.28 supply & fixing of rubber tube for pick up tube of fb5x foam branch with strainer 20.29 supply & fixing pvc pick up pipe with strainer for hvlr with strainer of 4 m lengh and 1.5 in daimeter or as per direction of eic 20.3 supply and replacement co2 safety valves 155kgf / cm2 20.31 supply and replacement of dcp plunger pin with spring 20.32 supply and replacement dcp plunger top unpriced sor do 20.33 supply & replacemnt of 200 gm co2 cartridges. s&r of new co2 cartridges for using in dcp extinguishers including all labour, transportation etc.. complete as per specification and direction of eic / site engineer. ( co2 cartridge of 200 gms ) 20.34 supply & fitting of clamps for hanging 2kg / 4.5kg co2 extinguisher on wall including labour charges, tools tackles & consumables complete in all respect as per direction of eic / se. 20.35 supply & fixing of hose box key with proper length of chain 20.36 supply & fixing of f key made from 8 mm size ms rods with priming / painting 20.37 supply & fixing of f key made from 12 mm size ms rods with priming / painting 20.38 supply & fixing of f key made from 16 mm size ms rods with priming / painting 20.39 supply & fixing sand buckets with covers as per relevant is code 20.4 supply of winds socks along with stand and other assembly & fixing the same on the position including all labour, tools and tackels as per direction of & engineer in charge 20.41 supply & fixing of small hammers with chains for hose boxes. 20.42 painting works: supply and painting with two coats synthetic enamel paint ( asian paint ) fire paint including scrapping cleaning , one coat of red oxide paint if required etc as per isi standards and approved make with all labors , materials, carriages, all taxes etc including letter writing identification mark etc complete: 20.43 spray / brush painting of fire boxes with stand including nomenclature with 2 coats luminous yellow paint 20.44 spray / brush painting and marking of fire bucket stand with buckets, canopy etc including nomenclature / stickers 20.45 spray painting and marking of fire extinguisher of all sizes including nomenclature / stickers. 20.46 spray / brush painting of hvlr / foam / water monitors / double hydrant valves along with its stand post including letter / number writing. 20.47 spray / brush painting of fire siren including letter / number writing. unpriced sor do 20.48 removing old damaged wire mesh in foam pourer outlet and replacing with new one ( approx size 1.2x1.2 ) as directed by eic including supply of gi coated mesh, tools tackles all complete. 20.49 writing of slogans ( in hindi, english, punjabi ) at all heights with approved paints and shade as per the direction of eic, date changing on walls, numbering on hydrant valve , post, direction marking etc as per instructions alongwith all tools, tackles, material etc. the rate covers back ground painting ( application of 1 coat primer and 2 coat paint on the board / wall before writing ) 20.5 supplying, fabricating and fixing m.s structure steel work made of joints, tubes, pipes, channels, angles, plates, flats, bars etc for struts, chain link fencing as per drawing including gate, ladders, safety grills, walkways, collapsible gate, signboards, supports for cable trench, making slots for barbed line, wire hoisting, placing in position, embedding in concrete, applying two coat of epoxy paint #epilux 155 high build enamel over a coat of epilux 610 primer of m / s berger or any other approved equivalent make as per manufacturer#s recommendation, complete in all respect including cutting to required size welding of joints, fixing anchor, plates, bolts, threading, nuts, washers, sleeves etc and necessary lettering of approved pattern on main gate, signboards etc. complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specification and direction of site engineer. ( excluding the cost of concrete work ) 20.51 supply and installation of display board including acp sheet / sun board, digital eco solvent venyl printing with lamination and pasting with all tool, tackle material as per direction of eic / se. 20.52 supply and pasting of radium sticker of required size as per direction of eic / se 20.53 supply & pasting of digital eco solvent venyl printing with lamination in acp / sun board with all tool, tackle material as per direction of eic / se. 20.54 painting any shade as directed with best quality synthetic enamel of asian, berger or other equivalent approved make and brand on steel / timber / plastic / metal including smoothening the surface by sand papering etc complete with all labour and materials complete in all respects as directed. two or more coats on old work over an under coat of suitable shade with ordinary paint of approved brand and manufacture....

Military Engineer Services - Punjab

24348246 outsourcing of conservancy and housekeeping services for mes complex at faridkot mil stn , providing conservancy and housekeeping services in ge faridkot office and installations as required for daily cleaning , sweeping , mopping of building and structures and their open area and approach / connecting roads , path etc cleaning of toilets and cooler area including disinfection of rooms builtin furniture items , cleaning floors , doors , windows , window panes removing cob webs , cleaning roofs stair cases , cleaning adjoining area , open drains , cleaning of furniture / machine in rooms , section attendant , movement of files and dak / fax and services , dispatch / receipt , maintenance of file record , xerox copies / prints as required by the concerned section officer etc in ge faridkot complex complete all as specified . ( 12 numbers multi tasking staff ( un skilled ) for 268 days except gazetted and closed holidays ) . note : ( a ) the certain items are to be provided by contractor to the cleaning staff i . e . phenyl , acid , napthelene balls / cake , mineral tarpoline oil , cleaning tools such as brooms , brush , duster , moping cloth , colin for glass cleaning etc and above quoted rates are deemed to be included in unit rate of item . ( b ) 0800 hrs to 1600 hrs for cleaning staff and for balance staff 0900 hrs to 1700 hrs of all working days ( except gazzetted holidays and closed holidays such as sunday etc ) . however , in exigencies of work they may be required to sit late upto 01 more hour without any extra cost and the personnel may be called on sunday/holidays for which extra payment shall be made on proportionate basis , if required . , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of un skilled labour as prescribed by the government of india/ state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , lwc , gst , cost of dress , insurance of persons , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongst valid /bonafide bids only . , general notes : ( a ) contractor will arrange biometric attendance machine by its own expenses and payment will only be made on the basis of biometric attendance . ( b ) all types of t&p required for day to day reqmt shall be provided by contractor ( c ) all types of transportation if reqd for handling materials/eqpt etc shall be provided by the contractor ( d ) all fittings and fixtures to be maintained and contractor shall be responsible for any damage ( e ) all area to be kept neat and clean all the time and security checks to be carried out daily ( f ) in case of any damage misuse mishandling of govt property , contractor will be held responsible for the same ( g ) all safety eqpts such as breathing apparatus , safety belt , air hose respiratory , portable lighting eqpt , driver suit etc for working hazardous condition to be provided by contractor , ( h ) first aid box with basic medicines to be kept in main installation by the contractor ( j ) misuse of electricity and water to be penalised and effective recovery will be made by the department ( k ) work shall start as per the stipulated date in work order ( l ) proper disposal of material of residual dry waste/other waste material should be carried out by the contractor all as directed by engr in charge . the cost of the same is deemed to be included in rates quoted by the contractor ( m ) wages to be paid to employee through individual bank account only duly aadhar linked ( i . e payment through cheque/neft/rtsg ) and documentary proof of payment to emplyed staff shall be submitted to the engineer in charge for releasing of payment . ( n ) minimum qualification of all staff employed shall be submitted . ( o ) group insurance , e . s . i , and epf shall be provided by the contractor for his staff and documentary proof of payment to staff shall be submitted to the engineer in charge before releasing of payment . ( p ) in case of absence of staff , double the rate quoted to be recovered . ...

Military Engineer Services - Punjab

22427804 outsourcing of 66/11 kv grid sub station at faridkot mil stn , outsourcing of e/m installation ( 66/11kv grid receiving stn ) near map accn at faridkot mil stn by providing services for outsourcing of 66/11 kv switch gears , 66/11 kv 2 nos of power transformer 6 . 3 mva , 4 . 0 mva and connected equipments , sf 6 breakers , 11kv vcbs , air brake switches , ht bus coupler , battery bank , ht capacitor bank etc . alongwith upkeep of installed machinery & other assets , maintenance of documents , also keeping clean of the surrounding area of the power house by providing following manpower at locations mentioned below in each shift : ( i ) 01 no highly skilled electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at 66/11 kv grid station . ( ii ) 01 no mate electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at sub stn 11 kv no 1 near gate no 4 . ( iii ) . 01 no mate electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at sub stn 11 kv no 2 near water supply no 2 . the list of installed plant/equipment to be handled & maintained are as mentioned below : , ( a ) 66/11kv power transformer 6 . 30 mva 01 no ( b ) 66/11kv power transformer4 . 0mva 01 no ( c ) 11/0 . 433 kv transformer 63 kva 01 no ( d ) 66 kv class station heavy duty metal oxide gapless type la ( lightening arrestor ) 03set ( e ) 72 . 5 kv outdoor current transformer 200/100/5a for metering 02 set ( f ) potential transformers 66 kv/3 110 volts for metering 01 set ( g ) 66kv isolator 03 set ( h ) 66kv sf 6 breaker 02 set ( j ) current transformer 72 . 5 kv , 200 100/5a for protection 02 set ( k ) 66kv potential transformer for protection 02 set , ( l ) control and relay panel for the operating system of 66/11 kv 6 . 3mva power transformer 01 no ( m ) control and relay panel for the operating system of 66/11 kv 4 . 0mva power transformer 01 no ( n ) on load tap changer 02 no ( o ) 11kv vcb 630 amps incommer with ct & pt 01 no ( p ) 11kv vcb 630 amps incommer with ct & pt 01 no ( q ) 11kv vcb 630 amps out going with ct 04 nos ( r ) 11kv vcb 630 amps out going with ct 02 nos ( s ) 11 kv bus coupler 630 amp 01 no ( t ) ht capacitor bank 3 phase 12 . 65 kv 681 kvr 01 ( u ) battery bank of 55 battery having 2 volt 100 ah output 110volt dc 02 set ( v ) lt panel 01 no , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of highly skilled , skilled & semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india/ state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongst valid bonafide bids for acceptance whose rates are found to be reasonable . , all as per srl item no . 1 here in before , but 01 no . mate electrician in 01 shift of 08 hrs ( 0900 hrs to 1700 hrs ) including sunday & holidays at 66/11 kv grid station , outsourcing of attending day to day complaints , checking and locating faults/power circuits and defective electrical light/fan/bell/socket out in internal electrical supply in md , otm accn and e/m inatallation in the premises of cantonment in 01 shift of 8 hrs ( i . e . from 0900 to 1700 hrs ) by providing 05 numbers of mate electrician . ( electrical stores are to be issued in internal electrical store at mt yard ) , ( i ) the semi skilled electrician will report in internal electrical i/c at mt yard at 0900 hrs everyday . ( ii ) repair/ replacement of tube light 36/20/18 watt led tube lights . ( iii ) repair/ replacement of switch socket combination 5 and 15 amps . ( iv ) repair/ replacement of switch 5a , fan regulators , ceiling rose , call bell , angle holders etc . ( v ) repair/ replacement of mcb sp , dp , tpn of any capacity . ( vi ) rectifying/repairing of current leakage , short circuit , earth fault complaints etc . ( vii ) re fixing of ceiling/exhaust fan/wall fan etc at there position . , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of skilled & semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india/ state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , general notes applicable for srl item no 1 , 2 & 3 of boq: ( a ) contractor will arrange biometric attendance machine by its own expenses at installation and payment will only be made on the basis of biometric attendance . ( b ) reliever for weekly off shall be provided by the contractor at his own cost and rates for the same shall be deemed to included in the quoted rates . no extra payment shall be admissible on this account ( c ) all types of t&p required for day to day reqmt shall be provided by contractor ( d ) all types of transportation if reqd for handling materials/eqpt etc shall be provided by the contractor ( e ) all types of fire eqpts provided in all the installations shall be maintained and operated properly ( f ) all electrical fittings and fixtures to be maintained and contractor shall be responsible for any damage ( g ) all types of water tanks incl flushing tanks shall be maintained . ( h ) all installations to be kept neat and clean all the time and security checks to be carried out daily ( j ) in case of any damage misuse mishandling of govt property , contractor will be held responsible for the same ( k ) all safety eqpts such as breathing apparatus , safety belt , air hose respiratory , portable lighting eqpt , driver suit etc for working hazardous condition to be provided by contractor , ( l ) first aid box with basic medicines to be kept in main installation by the contractor ( m ) misuse of electricity and water to be penalised and effective recovery will be made by the department ( n ) manning and operation shall start as per the stipulated date in work order ( p ) installation shall be kept neat & clean all the time & security of assets shall be ensured ( q ) proper disposal of material of residual dry waste/other waste material should be carried out by the contractor all as directed by engr in charge . the cost of the same is deemed to be included in rates quoted by the contractor ( r ) wages to be paid to employee through individual bank account only duly aadhar linked ( i . e payment through cheque/neft/rtsg ) and documentary proof of payment to tradesmen/operators shall be submitted to the department for releasing of payment . ( s ) minimum i . t . i or any...

Military Engineer Services - Punjab

22194213 outsourcing of 66/11 kv grid sub station at faridkot mil stn , outsourcing of e/m installation ( 66/11kv grid receiving stn ) near map accn at faridkot mil stn by providing services for outsourcing of 66/11 kv switch gears , 66/11 kv 2 nos of power transformer 6 . 3 mva , 4 . 0 mva and connected equipments , sf 6 breakers , 11kv vcbs , air brake switches , ht bus coupler , battery bank , ht capacitor bank etc . alongwith upkeep of installed machinery & other assets , maintenance of documents , also keeping clean of the surrounding area of the power house by providing following manpower at locations mentioned below in each shift : ( i ) 01 no highly skilled electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at 66/11 kv grid station . ( ii ) 01 no mate electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at sub stn 11 kv no 1 near gate no 4 . ( iii ) . 01 no mate electrician 24 hrs in 3 shifts ( 08 hrs each shift ) including sundays & holidays at sub stn 11 kv no 2 near water supply no 2 . the list of installed plant/equipment to be handled & maintained are as mentioned below : , ( a ) 66/11kv power transformer 6 . 30 mva 01 no ( b ) 66/11kv power transformer4 . 0mva 01 no ( c ) 11/0 . 433 kv transformer 63 kva 01 no ( d ) 66 kv class station heavy duty metal oxide gapless type la ( lightening arrestor ) 03set ( e ) 72 . 5 kv outdoor current transformer 200/100/5a for metering 02 set ( f ) potential transformers 66 kv/3 110 volts for metering 01 set ( g ) 66kv isolator 03 set ( h ) 66kv sf 6 breaker 02 set ( j ) current transformer 72 . 5 kv , 200 100/5a for protection 02 set ( k ) 66kv potential transformer for protection 02 set , ( l ) control and relay panel for the operating system of 66/11 kv 6 . 3mva power transformer 01 no ( m ) control and relay panel for the operating system of 66/11 kv 4 . 0mva power transformer 01 no ( n ) on load tap changer 02 no ( o ) 11kv vcb 630 amps incommer with ct & pt 01 no ( p ) 11kv vcb 630 amps incommer with ct & pt 01 no ( q ) 11kv vcb 630 amps out going with ct 04 nos ( r ) 11kv vcb 630 amps out going with ct 02 nos ( s ) 11 kv bus coupler 630 amp 01 no ( t ) ht capacitor bank 3 phase 12 . 65 kv 681 kvr 01 ( u ) battery bank of 55 battery having 2 volt 100 ah output 110volt dc 02 set ( v ) lt panel 01 no , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of highly skilled , skilled & semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india/ state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongst valid bonafide bids for acceptance whose rates are found to be reasonable . , all as per srl item no . 1 here in before , but 01 no . mate electrician in 01 shift of 08 hrs ( 0900 hrs to 1700 hrs ) including sunday & holidays at 66/11 kv grid station , outsourcing of attending day to day complaints , checking and locating faults/power circuits and defective electrical light/fan/bell/socket out in internal electrical supply in md , otm accn and e/m inatallation in the premises of cantonment in 01 shift of 8 hrs ( i . e . from 0900 to 1700 hrs ) by providing 05 numbers of mate electrician . ( electrical stores are to be issued in internal electrical store at mt yard ) , ( i ) the semi skilled electrician will report in internal electrical i/c at mt yard at 0900 hrs everyday . ( ii ) repair/ replacement of tube light 36/20/18 watt led tube lights . ( iii ) repair/ replacement of switch socket combination 5 and 15 amps . ( iv ) repair/ replacement of switch 5a , fan regulators , ceiling rose , call bell , angle holders etc . ( v ) repair/ replacement of mcb sp , dp , tpn of any capacity . ( vi ) rectifying/repairing of current leakage , short circuit , earth fault complaints etc . ( vii ) re fixing of ceiling/exhaust fan/wall fan etc at there position . , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of skilled & semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india/ state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , general notes applicable for srl item no 1 , 2 & 3 of boq: ( a ) contractor will arrange biometric attendance machine by its own expenses at installation and payment will only be made on the basis of biometric attendance . ( b ) reliever for weekly off shall be provided by the contractor at his own cost and rates for the same shall be deemed to included in the quoted rates . no extra payment shall be admissible on this account ( c ) all types of t&p required for day to day reqmt shall be provided by contractor ( d ) all types of transportation if reqd for handling materials/eqpt etc shall be provided by the contractor ( e ) all types of fire eqpts provided in all the installations shall be maintained and operated properly ( f ) all electrical fittings and fixtures to be maintained and contractor shall be responsible for any damage ( g ) all types of water tanks incl flushing tanks shall be maintained . ( h ) all installations to be kept neat and clean all the time and security checks to be carried out daily ( j ) in case of any damage misuse mishandling of govt property , contractor will be held responsible for the same ( k ) all safety eqpts such as breathing apparatus , safety belt , air hose respiratory , portable lighting eqpt , driver suit etc for working hazardous condition to be provided by contractor , ( l ) first aid box with basic medicines to be kept in main installation by the contractor ( m ) misuse of electricity and water to be penalised and effective recovery will be made by the department ( n ) manning and operation shall start as per the stipulated date in work order ( p ) installation shall be kept neat & clean all the time & security of assets shall be ensured ( q ) proper disposal of material of residual dry waste/other waste material should be carried out by the contractor all as directed by engr in charge . the cost of the same is deemed to be included in rates quoted by the contractor ( r ) wages to be paid to employee through individual bank account only duly aadhar linked ( i . e payment through cheque/neft/rtsg ) and documentary proof of payment to tradesmen/operators shall be submitted to the department for releasing of payment . ( s ) minimum i . t . i or any...

Military Engineer Services - Punjab

22119282 manning and operation of water supply installation no . 1 and water supply installation no . 2 at faridkot mil stn , manning & operation of centrifugal pump set / static plants of water supply installation no 2 including tightening of pump couplings , foundation nut bolts , thimbles of cable , replacement of u / s gland packing , gland ropes etc of pump sets or sluice valves , operation of sluice valve , caulking of lead joints of ci pipes in side the pump house or nearby area of water supply no 2 and also attending the filter bed for wash operation & cleaning of buds / bushes in side the pump house area & checking of raw water storage sump and water channel for nallah to new raw water pump house & to storage tank , cleaning of outside area and manning of dg set & other machinery / eqpt in side the pump house in 2 shifts of 8 hrs ( i . e from 0600 hrs to 1400 hrs & 1400 hrs to 2200 hrs : total 02 nos fgm & 02 nos valve man ( 01 fgm & 01 valve man for each shift of 8 hrs ) , the list of static plants / equipment to be handled and maintained are as below : ( a ) raw water pump house ( i ) monoblock pump set 5 hp = 03 nos ( ii ) lt panels including starter = 03 nos iii ) suction / discharge lines , nrvs sluice valve etc complete ( as per layout inside pump house ) ( b ) clear water pump house room ( i ) centrifugal pump set 75 hp = 02 nos ( ii ) lt panels including starter = 01 nos iii ) suction / discharge lines , nrvs sluice valve etc complete ( as per layout inside pump house ) ( c ) gen set room ( i ) gen set 125 kva = 01 nos ( ii ) lt panel = 01 nos ( iii ) change over switch = 01 nos ( iv ) fuel tank = 01 nos ( v ) lt cable incluiding spare cable ( as per layout site ) , ( d ) filteration plant ( i ) monoblock pump set 5 hp = 05 nos ( ii ) sludge pump set 5 hp = 02 nos ( iii ) alum dozer = 02 nos ( iv ) flacculator including bridge reduction gear , lt panels reduction gear track 01 no ( v ) compressor 10 hp = 02 nosfilter bed = 02 nos ( vii ) chlorome gas plant = 02 nos ( viii ) hypochlorite dozing pump set = 01 nos ( ix ) connected pipes and sluice valve , meters gauges etc ( e ) misc items ( i ) filter plant valves ( ii ) raw water inlet tank valves ( iii ) under ground clear water sump ( iv ) sedimentation tank ( v ) oh reservoirs ( vi ) otm / md accn area water supply lines / valves note : quoted rates shall be deemed to be included for : ( 1 ) operation of all sluice valves for storing and distribution of mass water supply to md accn and troops of klp units situated within 3 km area around the duty premises . ( 2 ) periodical and general maintenance of plant & equipment shall be the responsibility of contractor . cost of minor spare parts deemed necessary for smooth functioning & operation of plant and machinery . , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of semi skilled & skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india / state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , manning & operation of water supply installation no 1 for operation of all sluice valves for storing and distribution of mass water supply to md accn and troops of klp units situated within 3 km area around the duty premises including tightening of pump couplings , foundation nut bolts , thimbles of cable , replacement of u / s gland packing , gland ropes etc and also attending the filter bed for wash operation & cleaning of buds / bushes in side the pump house area , cleaning of outside area in 2 shifts of 8 hrs ( i . e from 0600 hrs to 1400 hrs & 1400 hrs to 2200 hrs ) total 02 nos valve man ( 01 valve man for each shift of 8 hrs ) , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india / state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , general notes applicable for srl item no 1 & 2 of boq: ( a ) contractor will arrange biometric attendance machine by its own expenses at installation and payment will only be made on the basis of biometric attendance . ( b ) reliever for weekly off shall be provided by the contractor at his own cost and rates for the same shall be deemed to included in the quoted rates . no extra payment shall be admissible on this account ( c ) all types of t&p required for day to day reqmt shall be provided by contractor ( d ) all types of transportation if reqd for handling materials / eqpt etc shall be provided by the contractor ( e ) all types of fire eqpts provided in all the installations shall be maintained and operated properly ( f ) all electrical fittings and fixtures to be maintained and contractor shall be responsible for any damage ( g ) all types of water tanks incl flushing tanks shall be maintained . ( h ) all installations to be kept neat and clean all the time and security checks to be carried out daily ( j ) in case of any damage misuse mishandling of govt property , contractor will be held responsible for the same ( k ) all safety eqpts such as breathing apparatus , safety belt , air hose respiratory , portable lighting eqpt , driver suit etc for working hazardous condition to be provided by contractor , ( l ) first aid box with basic medicines to be kept in main installation by the contractor ( m ) misuse of electricity and water to be penalised and effective recovery will be made by the department ( n ) manning and operation shall start as per the stipulated date in work order ( p ) installation shall be kept neat & clean all the time & security of assets shall be ensured ( q ) proper disposal of material of residual dry waste / other waste material should be carried out by the contractor all as directed by engr in charge . the cost of the same is deemed to be included in rates quoted by the contractor ( r ) wages to be paid to employee through individual bank account only duly aadhar linked ( i . e payment through cheque / neft / rtsg ) and documentary proof of payment to tradesmen / operators shall be submitted to the department for releasing of payment . ( s ) minimum i . t . i or any other higher qualification / 05 years experience certificate of all staff employed shall be submitted . ( t ) the rate quoted shall be deemed to including the providing stationery for all above mentioned installations . ( u ) group insurance , e . s . i , and epf shall be provided by the contractor for his staff / tradesmen / operator and documentary proof of payment to tradesmen / opera...

Military Engineer Services - Punjab

21887849 manning and operation of water supply installation no . 1 and water supply installation no . 2 at faridkot mil stn , manning & operation of centrifugal pump set / static plants of water supply installation no 2 including tightening of pump couplings , foundation nut bolts , thimbles of cable , replacement of u / s gland packing , gland ropes etc of pump sets or sluice valves , operation of sluice valve , caulking of lead joints of ci pipes in side the pump house or nearby area of water supply no 2 and also attending the filter bed for wash operation & cleaning of buds / bushes in side the pump house area & checking of raw water storage sump and water channel for nallah to new raw water pump house & to storage tank , cleaning of outside area and manning of dg set & other machinery / eqpt in side the pump house in 2 shifts of 8 hrs ( i . e from 0600 hrs to 1400 hrs & 1400 hrs to 2200 hrs : total 02 nos fgm & 02 nos valve man ( 01 fgm & 01 valve man for each shift of 8 hrs ) , the list of static plants / equipment to be handled and maintained are as below : ( a ) raw water pump house ( i ) monoblock pump set 5 hp = 03 nos ( ii ) lt panels including starter = 03 nos iii ) suction / discharge lines , nrvs sluice valve etc complete ( as per layout inside pump house ) ( b ) clear water pump house room ( i ) centrifugal pump set 75 hp = 02 nos ( ii ) lt panels including starter = 01 nos iii ) suction / discharge lines , nrvs sluice valve etc complete ( as per layout inside pump house ) ( c ) gen set room ( i ) gen set 125 kva = 01 nos ( ii ) lt panel = 01 nos ( iii ) change over switch = 01 nos ( iv ) fuel tank = 01 nos ( v ) lt cable incluiding spare cable ( as per layout site ) , ( d ) filteration plant ( i ) monoblock pump set 5 hp = 05 nos ( ii ) sludge pump set 5 hp = 02 nos ( iii ) alum dozer = 02 nos ( iv ) flacculator including bridge reduction gear , lt panels reduction gear track 01 no ( v ) compressor 10 hp = 02 nosfilter bed = 02 nos ( vii ) chlorome gas plant = 02 nos ( viii ) hypochlorite dozing pump set = 01 nos ( ix ) connected pipes and sluice valve , meters gauges etc ( e ) misc items ( i ) filter plant valves ( ii ) raw water inlet tank valves ( iii ) under ground clear water sump ( iv ) sedimentation tank ( v ) oh reservoirs ( vi ) otm / md accn area water supply lines / valves note : quoted rates shall be deemed to be included for : ( 1 ) operation of all sluice valves for storing and distribution of mass water supply to md accn and troops of klp units situated within 3 km area around the duty premises . ( 2 ) periodical and general maintenance of plant & equipment shall be the responsibility of contractor . cost of minor spare parts deemed necessary for smooth functioning & operation of plant and machinery . , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of semi skilled & skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india / state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , manning & operation of water supply installation no 1 for operation of all sluice valves for storing and distribution of mass water supply to md accn and troops of klp units situated within 3 km area around the duty premises including tightening of pump couplings , foundation nut bolts , thimbles of cable , replacement of u / s gland packing , gland ropes etc and also attending the filter bed for wash operation & cleaning of buds / bushes in side the pump house area , cleaning of outside area in 2 shifts of 8 hrs ( i . e from 0600 hrs to 1400 hrs & 1400 hrs to 2200 hrs ) total 02 nos valve man ( 01 valve man for each shift of 8 hrs ) , notes : as this item pertain to only wages of labourers based on the prevailing minimum labour wages . hence after opening of financial bid , if it is found that quoted rates are below the existing minimum labour wages rates of semi skilled labour ( inclusive reliever to operator as per labour wages act ) as prescribed by the government of india / state government / local body ( whichever is higher ) plus cost of other factor such as esi , epf , gst , cost of dress , insurance of operators , safety equipments etc and all factors as specified in tender , then accepting officer at his sole discreption has the right to reject the quoted bid and the same shall be treated as non bonafide . in such case the lowest tender shall be determined by lowest amount amongest valid bonafide bids for acceptance whose rates are found to be reasonable . , general notes applicable for srl item no 1 & 2 of boq: ( a ) contractor will arrange biometric attendance machine by its own expenses at installation and payment will only be made on the basis of biometric attendance . ( b ) reliever for weekly off shall be provided by the contractor at his own cost and rates for the same shall be deemed to included in the quoted rates . no extra payment shall be admissible on this account ( c ) all types of t&p required for day to day reqmt shall be provided by contractor ( d ) all types of transportation if reqd for handling materials / eqpt etc shall be provided by the contractor ( e ) all types of fire eqpts provided in all the installations shall be maintained and operated properly ( f ) all electrical fittings and fixtures to be maintained and contractor shall be responsible for any damage ( g ) all types of water tanks incl flushing tanks shall be maintained . ( h ) all installations to be kept neat and clean all the time and security checks to be carried out daily ( j ) in case of any damage misuse mishandling of govt property , contractor will be held responsible for the same ( k ) all safety eqpts such as breathing apparatus , safety belt , air hose respiratory , portable lighting eqpt , driver suit etc for working hazardous condition to be provided by contractor , ( l ) first aid box with basic medicines to be kept in main installation by the contractor ( m ) misuse of electricity and water to be penalised and effective recovery will be made by the department ( n ) manning and operation shall start as per the stipulated date in work order ( p ) installation shall be kept neat & clean all the time & security of assets shall be ensured ( q ) proper disposal of material of residual dry waste / other waste material should be carried out by the contractor all as directed by engr in charge . the cost of the same is deemed to be included in rates quoted by the contractor ( r ) wages to be paid to employee through individual bank account only duly aadhar linked ( i . e payment through cheque / neft / rtsg ) and documentary proof of payment to tradesmen / operators shall be submitted to the department for releasing of payment . ( s ) minimum i . t . i or any other higher qualification / 05 years experience certificate of all staff employed shall be submitted . ( t ) the rate quoted shall be deemed to including the providing stationery for all above mentioned installations . ( u ) group insurance , e . s . i , and epf shall be provided by the contractor for his staff / tradesmen / operator and documentary proof of payment to tradesmen / opera...

Indian Air Force - Punjab

20156358 request for proposal for purchase of self contained air breathing apparatus ( scaba ) gig no 1133756 ) => limited....

Punjab State Power Corporation Limited - Punjab

13736339 e tender for procurement of personal protective equipments ( ppes ) industrial safety helmet, ear plugs, ear muff, respirator ( without valve ) , respirator ( with valve ) , respirator ( half mask ) , breathing apparatus ( self contained ) , safety goggles ( chemical / electrical ) , safety goggles impact protector ( dust, grinding ) , welding goggles, welding hand screen, welding head screen, welding glass ( black ) , welding glass ( white ) , leather hand gloves, chemical resistant hand gloves, heat resistant hand gloves ( asbestos free ) , electrical shock proof gloves, safety shoes ( mechanical job ) , safety shoes ( electrical job ) , pvc gum boots, full body safety belt / harness, laboratory apron, chemical resistant apron, dangri / raincoat ( medium, large & extra large ) ....

Punjab State Power Corporation Limited - Punjab

11870050 tender for supply of personal protective equipments head protection industrial safety helmet, ear protection ear plugs, ear muff, respiratory protection respirator, breathing apparatus, eye protection safety goggles, welding goggles, welding head screen, welding glass, hand protection leather hand gloves, chemical resistant hand gloves, heat resistant hand gloves, electrical shock proof gloves, foot protection safety shoes, pvc gum boots, fall protection full body safety belt /harness , body protection laboratory apron, chemical resistant apron, dangri/ raincoat...

Municipal Corporation - Punjab

6595727 purchase of one no of aluminized fire proximity suit 3 layer alugen 1014 for civil line fire bridge, of self contained breathing apparatus for civil line fire bridgade, nomex turn out gear consists of components of fire suit standard for civil line fire bridgade....

Municipal Corporation Of Amritsar - Punjab

6162864 1 purchase of two nos. of aluminized fire proximity suit 3 layear alugen 1014 for fire bridge department. 2. purchase of two nos. of breathing apparatus salesfor fire brigade department vijay sabres make self contained breathing apparatus. 3. purchase of two nos. of nomex turn out gear consists of components of firesuit standard for fire brigade department....