Definium 5000 Manual Treadmill

Posted on by

Definium 5000 Manual Treadmill 9,5/10 9985votes

The Department IT operates a hospital-wide IT network infrastructure, which connects the individual buildings on campus and in Rostock and several over WAN links tailed outdoor locations with the data center. Moreover, there is a localized wireless infrastructure to support mobile devices in some locations. In order to meet the demands on IT operations and provide a modern, scalable and modern in terms of performance and availability IT network infrastructure for the coming years, the existing infrastructure to be replaced or extended. The award procedure to be procured and installed for the LAN core and distribution areas Layer and a campus-wide WLAN infrastructure the necessary hardware and software and the documentation required for management software applications. This is to set the technical basis for a sustainable and stable IT network infrastructure at the UMR. Renewal of the LAN core components (core and distribution).

GE Healthcare Definium 5000 digital X-ray systems. Invacare User manual of Rea Azalea. Cardiac Science Quinton QStress TM55 Stress Treadmill (Serial.

Construction of a campus-wide WLAN infrastructure. Kerava high school and adult high school class facilities acquired in the applicable audio-visual presentation device configurations that consist of screens / monitors, and wireless projection system. The acquisition includes the necessary cables as well as installation and wiring work. Purchase displays include a suitable floor stand / mount. City of Kerava ask for the total price of the devices under this invitation to tender, software and accessories, as well as the supply and installation. The equipment and the installation of the software acquired in the overall contract.

Definium 5000 Manual TreadmillDefinium 5000 Manual Treadmill

Partial bids are not accepted. The equipment must be delivered and installed in place of young people in secondary education started years of operation,. Notification of additional information can be found on Offer Service -toimittajaportaalista. Also on offer / request to participate, the transmission is done in this way.

Direct link to the notification of additional information can be found here Hilma-notification. This is a COMBINED SYNOPSIS/SOLICITATION for brand name or equal commercial items prepared in accordance with the format in Subpart 12.6, and are being conducted under FAR Subpart 13.5; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued.

(ii) The solicitation number is VA251-16-Q-0477 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-69, August 1, 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at (FAR) and (VAAR) (iv) This solicitation is issued as a Service-disabled veteran-owned small business (SDVOSB) set aside. The North American Industry Classification System (NAICS) code is 339112, and the size standard is 1000 employees. Notice to be considered SDVOSB vendor shall be verified by Center of Verification and Evaluation (CVE) in order to be eligible for VA contract set -asides.

Registration required at time of award. (v) This requirement consists of one (1) line items: Statement of Work CPAP BACKGROUND The contractor shall provide fifty (50) (CPAP) machine model Airsense 10 Autoset w/ Humidair & Climateline Air 37208 system with CPAP w/AutoRamp w/sleep onset detection, Climate Control, Enhanced Climate Control Auto, EPR, SmartStart, Built in Wireless, myAir. This system is used to for treatment of sleeps apnea Veterans. Requirement to be used by VA Ann Arbor Healthcare System, located at 2215 Fuller Rd., Ann Arbor, MI.

SUPPLY REQUIRED SCOPE CPAP w/AutoRamp w/sleep onset detection, Climate Control, Enhanced Climate Control, Enhanced Climate Control Auto, EPR, Smart Start, Built in Wireless, myAir, w/sleep onset detection, climate control, enhanced climate control auto, EPR, Smart Start, Wireless, MyAir, Modes of Operation Machine TypeAuto CPAP Weight: 2.75 lb Dimensions: 4.57' x 10.04' x 5.91' Noise Level: 26.6 dBA Warranty:2 years Data Card: Yes Software Available: No Ramp: 0-45 min. Increments) Exhalation Relief: EPR Pressure Range: 4-20 cm/H2O Altitude Adjustment:Automatic Passover Cool Humidifier:Available 110 Voltage: Yes 220 Voltage:Yes Can Use A Battery: Yes Integrated Battery: No Mask Off Alert: Yes The unit/kit should include the following: 'CPAP machine 'HumidAir™ humidifier, 'ClimateLineAir™ Tube, 'carrying bag, 'user manuals, 'SD data card (vi) To be technically acceptable the products quoted shall be Brand Name or equal to the items noted above.

(vii) Delivery FOB Destination to VA Medical Center, 2215 Fuller Rd., Ann Arbor, MI. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, 52.203-98, 52.204-16, 52.204-17 (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer.

(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.203-99, 52.232-40, VAAR 852.203-70, 852.232-72, 852.246-71. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.232-34 (xiii) RESPONSES ARE DUE Wednesday, Aug 17, 2016, by 4:30 p.m. Eastern standard time (EST). Only electronic offers will be accepted - Darrell Maxwell, e-mail darrell.maxwell@va.gov.

All late responses will not be considered for award. Point of contact for this solicitation is Darrell Maxwell, 734-222-7155 or e-mail darrell.maxwell@va.gov. All Inquires must be in writing.

This contract for the acquisition, installation and setup, user training and maintenance of the inventory management software statements, advice visits and group visits. OPAC de l'Oise wishes to acquire a mobile solution for: Achieving the statements of places and advice visits to: o Facilitate the completion of the inventory and visits advice o Calculate local repairs benefits immediately and generate o Manage invoice discounts on rental repairs allowance if: - Okay tenant on condition report places - in immediate payment o Print the inventory in print on a wireless printer the achievement of group tours to: o Made statements or equipment during visits to heritage controls o Provide users with data from field surveys. Accessories include: an external USB drive DVD = / - RW DL, wireless mouse, Bluetooth adapter, VGA port HDMI or DisplayPort adapter port DisplayPort or miniDisplayPort to HDMI, docking station adapter from DisplayPort to DVI-D, USB mouse in laser technology, USB keyboard type QWERTY so. Layout (key with a dollar sign, not a pound of English, required the presence of two ALT), additional power supply for portable computers, media with software drivers for Windows 10 Pro x64 PL and 7 x64 PL and plates Recovery for installing Windows 7 Professional x64 PL and Windows 10 Pro x64 PL.

Purpose of the procurement is the acquisition of a Network and Security Infrastructure (NSI) as a managed service in order to ensure that data communication is conducted in a safe and protected manner. All necessary hardware, software, licenses, installation, configuration, etc. For the benefit of this service are all covered by this acquisition. Network and security services should enable all wired and wireless digital connections between (ICT) workplace equipment, server equipment, internet and other networks in a uniform manner at the locations of the province of Utrecht. The NSI must have sufficient capacity, reliable, safe and scalable.

Kerava high school and adult high school classrooms for obtaining suitable audio visual presentation device configurations, consisting of projectors, document cameras and wireless projection system. The acquisition includes the necessary cables as well as the installation and wiring work.

Total device configuration acquired eight class state. The City of Kerava ask for the total price of the devices under this invitation to tender, software, and accessories, as well as the supply and installation.

Equipment and software including installation, purchased a package contract. The contract also includes the replacement of the old wiring with new technology, which is further defined in the invitation to tender. Partial bids are not accepted. The equipment must be delivered, configured and up and running and installed. Potential non-tender the additional work always negotiated with the subscriber separately. Kerava high school and adult high school classrooms for obtaining suitable audio visual presentation device configurations, consisting of projectors, document cameras and wireless projection system. The acquisition includes the necessary cables as well as the installation and wiring work.

Total device configuration acquired eight class state. The City of Kerava ask for the total price of the devices under this invitation to tender, software, and accessories, as well as the supply and installation. Equipment and software including installation, purchased a package contract. The contract also includes the replacement of the old wiring with new technology, which is further defined in the invitation to tender. Partial bids are not accepted. The equipment must be delivered, configured and up and running and installed. Potential non-tender the additional work always negotiated with the subscriber separately.

The subject of the tender is the supply and installation of IT infrastructure for Regional hospital Trutnov, as. The offer is in accordance with § 98 of the Act is divided into 2 parts. The subject of the public contract in Part 1) is the delivery of end-user workstations and office software to the Regional hospital Trutnov as the subject of the public contract in part 2) include the supply and installation of IT infrastructure for the regional hospital Trutnov as part of the delivery of hardware will be the extension of existing servers, UPS, NAS servers, active elements, system protection and management of network security with wireless access points and structured cabling.

The delivery software will license server operating systems, licenses for backup. The deliverable consists of services related to the delivery, training and services related to technical support. The subject of the public contract in Part 1) is a supply terminal stations and office software to the Regional hospital Trutnov as the subject of the public contract in part 2) include the supply and installation of IT infrastructure for the regional hospital Trutnov as part of the delivery of hardware will be an extension of existing servers and storage, UPS, NAS servers, active elements, system protection and management of network security with wireless access points and structured cabling. The delivery software will license server operating systems, licenses for virtualization and backup. The deliverable consists of services related to the delivery, training and services related to technical support. The complete tender documentation is published on the profile of the contracting authority: place of performance will be held on 6.

2016 from 13:00 to a meeting before the gatehouse hospital. The launch date of realization: immediately after signing the contract completion date Part 1): sequential performance according to the schedule in the purchase agreement within 150 days from the contract signature date of commencement of realization: immediately after signing the contract completion date Part 2) within 90 days of signing the contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is PR5292806 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 452990 with a small business size standard of $32.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-06-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. Item #QTYDescriptionTechnical Requirements 777404-1012VMAX Encore 22 Pulmonary Function Measurement Modules(Clearance to Market 510(k): K942211) Spirometry/Pulmonary Function Test Procedures: Calibration, Pre-and Post-Medication Testing, Bronchodilator Overlays, Flow Volume Loops (Forced Vital Capacity), Lung Subdivisions (Slow Vital Capacity), Maximum Voluntary Ventilation, Lung Volumes Determination (N2 Method), Gas Distribution, Closing Volume, Diffusing Capacity-Single Breath, Diffusing Capacity- IntraBreath. Software and Report: Vision Software Programs Include Extensive Help Menus and Computer Instruction Tutorial Presented in a User Friendly Microsoft™ Windows Menu Environment, Data Base Management with EZView and BarTrac Graphic Presentations, Quality Assurance Monitoring.

System Includes: One Vmax Encore Module (Each 15 inch X 6 inch X 15 inch),Three (3) Mass Flow Sensor with Kelvin-Sensing Circuitry, Rapid Response Analyzer with Real Time Displays; Pressure Balancing and Auto Calibration, Two (2) Removable Pulmonary Function Breathing Circuits, Operator/Service and Reference Manuals, Start-up Gases and Supplies, Installation provided at NO CHARGE when Computer and Printer are purchased from SMC. 7697342VMAX 22 Table Gas and Hose KitTable Gas and Hose Kit to fit VMAX 22 4637112REGULATOR O2 0-80 PSIG CGA 870Oxygen Regulator, E Size 280012REGULATOR O2 0-80 PSIG0-80 PSIG 28669-0012KIT,HP OFFICEJET PRO 6230HP OFFICEJET PRO 6230 27566-0012SINGLE MONITOR CONSOLE1x Vmax Console with medical grade isolation transformer, 1x keyboard shelf, 1x printer shelf, 1x Vmax arm, 1x syringe holder, 1x single monitor mount, 1x 22 inch flat panel monitor, 1x sound bar, 1x front short shelf, 1x remote start switch with clamp. 26751-3072OPTIPLEX XE2 WIN7 64BIT VMAXDell Optiplex XE2 Mini Tower computer. Windows 7 Professional 64-bit, SP1 Intel® Core™ I7-4770S Processor (Quad Core, 8MB Cache, 3.10GHz Turbo, w/ HD 4600 Graphics), 8.0GB RAM, 2.5 inch 500GB Solid State Hybrid Drive, 16X DVD drive, keyboard, mouse. 1 additional Broadcom NetXtreme 10/100/1000 PCIe Gigabit Networking Card, Full Height. 7692992ADAPTER POWER CORDIEC M TO US F 7202542SYRINGE 3 LITER MANUAL CALIBRATIONManual Calibration 773835-1032INSTRUMENT ASSY V62W AUTOBOX Vmax extra-wide Whole Body.

Plethysmograph with wheelchair ramp and extended front plexiglass.Vmax extra-wide Whole Body Plethysmograph with wheelchair ramp and extended front plexiglass. Large cabin space (71.8 inches H x 67.5 inches W with door open(37.5 inch door closed) x 80 inches D with ramp and door open); Weight 325 lbs; Internal Volume 1350 liters. Testing capabilities- SVC, RAW, VTG, FVC and Compression free Flow Volume Loops (complete all tests in one or separate individually); RAW and VTG in panting or quiet breathing modes; Rotating arm allows for testing outside of cabin; Adjustable patient chair height; Remove chair and test patients in wheelchair; Cabin accommodates adult or parent holding small child; Quality assurance monitoring with 'with-in' determination of RAW and VTG for each panted effort, up to four. 774292-1012KIT NITROGEN LUNG VOL W/GAS V62J FRC Calibration KitCalibration Kit for Autobox with Gas: Allows for Nitrogen Washout Lung Volume determination in Spectra Autobox 7755432VMAX ENCORE BRONC CHAL OPT CRYPKEY Bronchial Challenge Testing Software Option. Input own challenge testing protocols into Vmax software or use any of the default challenge tests available.

Up to 10 protocols available with up to 20 levels per protocol. 7755422VMAX ENCORE PULM INTERP OPT CRYPKEY Pulmonary Interpretation Software Option: Computerized Ellis Interpretation for pulmonary function testing applications of Spirometry, Lung Volumes, and DLCO.

7761422ENCORE MAX PRESSURE OPTN CRYPMaximum Pressure option for both Inspiratory and Expiratory pressures (MIP/MEP) 97075-PM3-OS1PULMONARY OR EXERCISE ONSITE TRAININGPulmonary OR Exercise Onsite training course for 3 days with a Clinical Specialist. Student will participate in an interactive session on the proper operation of the instrument. Includes AARC CRCE credits for 2 persons. Cancellation notice must be given 3 weeks prior to the start of the class, or penalties may be applied. 97021-2042EXT WARR-VMAX 22/ 29/ 229E-FLEX PLAN-4 YRS Ext WarrExt Warr - Vmax Encore - Flex Plan: Includes: Modules Protection - Unlimited replacements / exchange of all parts, components or Vmax modules plus labor necessary for repairs performed at CareFusion' Factory site.

Freight included. Labor and travel is included for three on-site service calls per year. Timing Guy Gerber Rapidshare Library there. Preventive Maintenance calls are not required and therefore are not included. At customers' request, one of the three calls can be used for an on-site System Performance Check and Certification.

Additional on-site support is available at a discount of 25% off prevailing hourly rates for labor and travel; Capitated Operating Expenses - provides unlimited replacements of patient breathing circuit components. (Includes Mass Flow Sensors, sensor cables, breathing valves, sample lines, caps and diaphragms and related hoses); VCare Connect - remote service support included at no charge. Software Updates - Revisions to the originally purchased software version of CareFusion' operating software, options and tutorials; Peripherals Protection - Provides for unlimited parts replacements and protection for the computer, printer and associated components.

Service is limited to the peripherals purchased directly from CareFusion with your Vmax systems; Preferred Tech Support Assistance available 24/7 via premium telephone and/or Online Support via the Internet; Budget Protection - 10% discount on consumable supplies (i.e. Gases, mouthpieces, filters, nose clips, etc.). 97022-1042EXT WARR-VMAX 62J / 62JW-PARTS ONLY-4 YRS Ext WarrExt Warr - Vmax Encore - Parts Only: Includes: Modules Protection - Unlimited replacements / exchange of all parts, components or Vmax modules plus labor necessary for repairs performed at CareFusion' Factory site. Freight included.

Preventive Maintenance calls are not required and therefore are not included. On-site support is available at a discount of 25% off prevailing hourly rates for labor and travel; Capitated Operating Expenses - provides unlimited replacements of patient breathing circuit components. (Includes Mass Flow Sensors, sensor cables, breathing valves, sample lines, caps and diaphragms and related hoses); Vcare Connect - remote service support included at no charge.

Software Updates - Revisions to the originally purchased software version of CareFusion' operating software, options and tutorials; Peripherals Protection - Provides for unlimited parts replacements and protection for the computer, printer and associated components. Service is limited to the peripherals purchased directly from CareFusion with your Vmax systems; Preferred Tech Support Assistance available 24/7 via premium telephone and/or On-line Support via the Internet; Budget Protection - 10% discount on consumable supplies (i.e. Gases, mouthpieces, filters, nose clips, etc.). 97075-VMAX-YL1VMAX BIOMEDICAL TRAINING 1 PERSONVmax Biomedical Training held in Yorba Linda, CA for 1 person. Student will participate in both lecture and lab time designed to provide information to effectively troubleshoot problems, make necessary repairs and perform periodic maintenance. Cancellation notice must be given 3 weeks prior to the start of the class or penalties may be applied.

Bergen kommune shall enter into a new framework agreement for the delivery of equipment and services for workstations (desktop and laptop PCs), so that Bergen kommune can offer all employees the correct tools for service production and the provision of services, services for interaction, information access and electronic work support. Bergen kommune's ICT organising is based on an order — supplier model. The Digitisation and innovation Group is the orderer for the Unit for digital operational services, and is responsible for shaping ICT services both to the municipality residents and employees.

The Digitisation and Innovation Group is delegated the operative responsibility for control of ICT in Bergen kommune. Through this, the Digitisation and Innovation Group has i.a.

Responsibility for governing documents such as ICT strategy, as well as planning and execution of the ICT management plant. The Section for Digitisation and Innovation Group is the contract owner on behalf of the Group. The unit for digital operational services will safeguard the operative management. Bergen kommune has approx.

350 result units that will use the agreement. It is stated in the tender documentation which of Bergen kommune's collaborating parties will use the agreement. Bergen kommune has a centralised service production at the Unit for digital operational services where all server services are located. Bergen kommune's administrative computer network currently consists of approx. 20 000 users.

This network consists of 13 000 PCs. There are approximately 350 different systems/professional applications available for the users. Fate Stay Night No Cd Patch. The municipality also has a tailored computer network for the school sector, Student Network [Elevnett], that approximately 30,000 students use.

Elevnett consists of approx. The unit for digital operational services is responsible for acceptance testing and approval of all new equipment, also for software and drivers on the client equipment. Bergen kommune has a large and modern wireless network, with 2 315 Fortinet/Meru Networks access points distributed over 245 locations. PC clients in Bergen kommune are currently using Windows 7 with Office 2010. The need may change during the agreement period. Collaborating parties on the agreement can have different solutions to Bergen kommune. The Contracting Authority uses Mercell Sourcing Service.

To express your interest and gain access to any documents, please click on the link below or copy and paste the link into your browser. [[Then follow the instructions on the website. The purpose of this announcement is to synopsis the Government's intent to solicit competitive offers on a full and open basis for the requirements set forth in the attached Statement of Work. The official solicitation is anticipated for release by 4 P.M. Central Tuesday, 20 December 2016. The Naval Surface Warfare Center Panama City Division is seeking proposals to provide support of Persistent Awareness (PA) systems development to support Anti-Terrorism/Force Protection and Homeland Security.

Persistent Awareness programs are high priority programs with National Security implications. The scope of this requirement encompasses all phases of the Integrated Defense Acquisition Management Framework; Concept Refinement, Development, Deployment, Operations and Life Cycle Support Phases, as well as acquisition and installation of systems and support for various exercises and demonstrations. The Statement of Work for APAS Program Support, included with this sources sought announcement, specifies the requirement for the contractor level of effort. A Hybrid contract with Firm Fixed Price (FFP) type IDIQ contract is anticipated. The resultant contract will be for a 12 month base period with four 12 month option periods.

The applicable NAICS Code is 541990 and the Small Business size standard is $15 million. Under previous contracts, NSWC PCD has developed a representative APAS system that is being installed in various DOD and non-DOD facilities, airports, railroads, and ports in CONUS and OCONUS.

The core functions provided are sensor interfacing, wireless Internet Protocol (IP) networking, a user interface (Common Operational Picture), sensor/data processing, and archiving and retrieval. The baseline configuration will be tailored to suit the various locations requiring installation.

Contractor support is required to assist in the design, modification, test, installation, and maintenance of the equipment. The contractor shall provide support in the following task areas set forth in the APAS SOW: 1. Systems Engineering and Integration (SE&I) - SE&I Analysis Support, Systems Integration Technical Support, and Information Technology (IT) Systems Engineering Support;2.

Hardware and Software Engineering - Hardware Engineering and Integration Engineering;3. Test and Evaluation (T&E) Support - T&E Planning Support, T&E Field Engineering Support, and Post-Test Support;4. Logistics - Logistics Planning, Logistics Support Analysis (LSA), Operation, Maintenance, and Repair, and Training Support;5. Technology Insertion Technical Support;6. Prototype Development and Fabrication7. Programmatic Support - Program Analysis and Documentation Support, Meeting Support, and Briefing Material Support.

The Council is seeking tenders for the supply, delivery and installation of 42 Solar Powered waste compacting street litter bins. They are to include a wireless monitoring system that will notify electronically when the litter bin becomes near full to capacity. The litter bins are to be powered by a stand-alone renewable energy source. All hardware, software and ancillary items relating to the bins and the monitoring system are to be included. The Council will also require servicing and maintenance, including provision and installation of spare parts. Litter bins are to be delivered and installed. How to Express Interest in this Tender: 1.

Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: in-tendhost.co.uk/noecpc and click the link to register — Enter your correct business and user details — Note: your username will be the email address you have entered — you will also then shortly receive an email confirmation. Once registered access the site and from the Home page hover over Tenders on the tool bar and select current tenders from the drop down options 3.

Express Interest in the tender you are interested in — Select ‘Express Interest’ within the Tender Details ( located at the bottom of the synopsis). On doing so, you will instantly have access to the Tender Management area for that tender. Any available documentation will be available via the various relevant tabs. You can access this area at any point by logging in, navigating to ‘My Tenders’ and selecting ‘View Details’. Responding to the tender — There will be a tab allocated to any tender stage (e.g. PQQ and/or ITT).

Under the ‘My Tender Return’ area, you will be required to complete any mandatory questionnaires and upload any requested documentation. You can now use the ‘Correspondence’ function to communicate with the buyer and seek any clarification (any clarifications will be found within the ‘Clarifications’ tab). — Note the deadline for completion, then follow the onscreen instructions to complete and submit your response. — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the bottom of the page. If you require any further assistance please consult the online help, or contact the In-tend Support Desk. Alerts will be sent to your request email addresses when any correspondence, alterations or clarifications are issued.

The standards and criteria are available in the PQQ/ITT documents available as indicated above. The Council is seeking tenders for the supply, delivery and installation of 42 Solar Powered waste compacting street litter bins. They are to include a wireless monitoring system that will notify electronically when the litter bin becomes near full to capacity. The litter bins are to be powered by a stand-alone renewable energy source. All hardware, software and ancillary items relating to the bins and the monitoring system are to be included. The Council will also require servicing and maintenance, including provision and installation of spare parts. Litter bins are to be delivered and installed.

How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: in-tendhost.co.uk/noecpc and click the link to register — Enter your correct business and user details — Note: your username will be the email address you have entered — you will also then shortly receive an email confirmation.

Once registered access the site and from the Home page hover over Tenders on the tool bar and select current tenders from the drop down options 3. Express Interest in the tender you are interested in — Select ‘Express Interest’ within the Tender Details ( located at the bottom of the synopsis).

On doing so, you will instantly have access to the Tender Management area for that tender. Any available documentation will be available via the various relevant tabs. You can access this area at any point by logging in, navigating to ‘My Tenders’ and selecting ‘View Details’. Responding to the tender — There will be a tab allocated to any tender stage (e.g.

PQQ and/or ITT). Under the ‘My Tender Return’ area, you will be required to complete any mandatory questionnaires and upload any requested documentation. You can now use the ‘Correspondence’ function to communicate with the buyer and seek any clarification (any clarifications will be found within the ‘Clarifications’ tab).

— Note the deadline for completion, then follow the onscreen instructions to complete and submit your response. — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the bottom of the page. If you require any further assistance please consult the online help, or contact the In-tend Support Desk. Alerts will be sent to your request email addresses when any correspondence, alterations or clarifications are issued. The standards and criteria are available in the PQQ/ITT documents available as indicated above.

The Council is seeking tenders for the supply, delivery and installation of 42 Solar Powered waste compacting street litter bins. They are to include a wireless monitoring system that will notify electronically when the litter bin becomes near full to capacity. The litter bins are to be powered by a stand-alone renewable energy source. All hardware, software and ancillary items relating to the bins and the monitoring system are to be included.

The Council will also require servicing and maintenance, including provision and installation of spare parts. Litter bins are to be delivered and installed. How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: in-tendhost.co.uk/noecpc and click the link to register - Enter your correct business and user details - Note: your username will be the email address you have entered - you will also then shortly receive an email confirmation.

Once registered access the site and from the Home page hover over 'Tenders' on the tool bar and select 'current tenders' from the drop down options 3. Express Interest in the tender you are interested in - Select `Express Interest` within the Tender Details ( located at the bottom of the synopsis). On doing so, you will instantly have access to the Tender Management area for that tender.

Any available documentation will be available via the various relevant tabs. You can access this area at any point by logging in, navigating to `My Tenders` and selecting `View Details`.

Responding to the tender - There will be a tab allocated to any tender stage (e.g. PQQ and/or ITT). Under the `My Tender Return` area, you will be required to complete any mandatory questionnaires and upload any requested documentation.

You can now use the `Correspondence` function to communicate with the buyer and seek any clarification (any clarifications will be found within the `Clarifications` tab). - Note the deadline for completion, then follow the onscreen instructions to complete and submit your response. - There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the `Submit Response` button at the bottom of the page. If you require any further assistance please consult the online help, or contact the In-tend Support Desk. Alerts will be sent to your request email addresses when any correspondence, alterations or clarifications are issued.

The standards and criteria are available in the PQQ/ITT documents available as indicated above. Bergen kommune shall enter into a new framework agreement for the delivery of equipment and services for workstations (desktop and laptop PCs), so that Bergen kommune can offer all employees the correct tools for service production and the provision of services, services for interaction, information access and electronic work support. Bergen kommune's ICT organising is based on an order — supplier model.

The Digitisation and innovation Group is the orderer for the Unit for digital operational services, and is responsible for shaping ICT services both to the municipality residents and employees. The Digitisation and Innovation Group is delegated the operative responsibility for control of ICT in Bergen kommune.

Through this, the Digitisation and Innovation Group has i.a. Responsibility for governing documents such as ICT strategy, as well as planning and execution of the ICT management plant.

The Section for Digitisation and Innovation Group is the contract owner on behalf of the Group. The unit for digital operational services will safeguard the operative management.

Bergen kommune has approx. 350 result units that will use the agreement.

It is stated in the tender documentation which of Bergen kommune's collaborating parties will use the agreement. Bergen kommune has a centralised service production at the Unit for digital operational services where all server services are located. Bergen kommune's administrative computer network currently consists of approx.

20 000 users. This network consists of 13 000 PCs. There are approximately 350 different systems/professional applications available for the users. The municipality also has a tailored computer network for the school sector, Student Network [Elevnett], that approximately 30,000 students use. Elevnett consists of approx. The unit for digital operational services is responsible for acceptance testing and approval of all new equipment, also for software and drivers on the client equipment. Bergen kommune has a large and modern wireless network, with 2 315 Fortinet/Meru Networks access points distributed over 245 locations.

PC clients in Bergen kommune are currently using Windows 7 with Office 2010. The need may change during the agreement period. Collaborating parties on the agreement can have different solutions to Bergen kommune. The Contracting Authority uses Mercell Sourcing Service.

To express your interest and gain access to any documents, please click on the link below or copy and paste the link into your browser. [[Then follow the instructions on the website. The Council is seeking tenders for the supply, delivery and installation of 42 Solar Powered waste compacting street litter bins. They are to include a wireless monitoring system that will notify electronically when the litter bin becomes near full to capacity. The litter bins are to be powered by a stand-alone renewable energy source. All hardware, software and ancillary items relating to the bins and the monitoring system are to be included. The Council will also require servicing and maintenance, including provision and installation of spare parts.

Litter bins are to be delivered and installed. How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: and click the link to register - Enter your correct business and user details - Note: your username will be the email address you have entered - you will also then shortly receive an email confirmation. Once registered access the site and from the Home page hover over 'Tenders' on the tool bar and select 'current tenders' from the drop down options 3. Express Interest in the tender you are interested in - Select `Express Interest` within the Tender Details ( located at the bottom of the synopsis). On doing so, you will instantly have access to the Tender Management area for that tender. Any available documentation will be available via the various relevant tabs.

You can access this area at any point by logging in, navigating to `My Tenders` and selecting `View Details`. Responding to the tender - There will be a tab allocated to any tender stage (e.g. PQQ and/or ITT). Under the `My Tender Return` area, you will be required to complete any mandatory questionnaires and upload any requested documentation.

You can now use the `Correspondence` function to communicate with the buyer and seek any clarification (any clarifications will be found within the `Clarifications` tab). - Note the deadline for completion, then follow the onscreen instructions to complete and submit your response. - There may be a mixture of online and offline actions for you to perform (there is detailed online help available).

You must then submit your reply using the `Submit Response` button at the bottom of the page. If you require any further assistance please consult the online help, or contact the In-tend Support Desk. Alerts will be sent to your request email addresses when any correspondence, alterations or clarifications are issued. The standards and criteria are available in the PQQ/ITT documents available as indicated above.

1) Background: The Operations & Outreach Team at the Natick Soldier Research, Development & Engineering Center (NSRDEC) has a requirement for an inkjet printer to be used in printing prototype frequency selective conductive patterns on textiles in 'Microwave Protective Materials' Program 16-165. It will also be used to print prototype sensor circuits in the Tech Venture programs 'Multifunctional GHz and THz Wireless Sensing Platform', 'Universal' Graphene-Based Multiplexed Sensors' and other ongoing/future projects at NSRDEC.2)Requirements: The Inkjet printer system must be compatible with metal particle containing conductive ink, metal paste thinners and as wide an array of solvents as possible. Compatibility with applications in Organic Electronics, Displays, Sensors, Security Printing, Solar Cells.

The system must be able to handle complex print jobs including script-based printing, registration for multiple layers, pause between layers, and arbitrary print resolution and direction. The system must be able to operate with 3-axes simultaneous curvilinear printing and both raster and vector printing modes. Additionally, appropriate control software with computer and on-site training must be provided as well as process development assistance. The printer must have at least four fluid print head assemblies and allow for temperature control for print heads and platen.Specifically the system must have: X-Y travel: 200 X 200 mm printable area or larger X-Y Accuracy / Repeatability: ±25μm / ±5μm or better Computer with Windows 7 or equivalent included.The government reserves the right to make a best value tradeoff between price and performance such as X-Y accuracy and repeatability, minimum printable line width, maximum print area, materials and applications compatibility, and price of consumables required to operate. 3) Delivery Date: 60 Days ARO4) Delivery Location: The contractor shall deliver the printer to the US Army Natick Soldier System Center, 10 General Greene Avenue, Natick, MA 01760.5) Invoicing: The contractor shall submit invoice upon delivery of equipment. Pricing should include shipping to destination.

Equipment items are required to support elements of the ‘Source to Tap’ INTERREG VA funded project. This project aims to support drinking water source protection in Irish/Northern Irish cross-border catchments with interventions designed to mitigate issues with water colour (as dissolved organic matter), sediment (as turbidity) and pesticides.

Five (5) water quality sondes. (Further details are contained within the ITT Package (Invitation to Tender Package). 5 x water quality sondes. Essential requirements are: —— Primary measurement parameters are fDOM/CDOM and turbidity. — Ability to measure fDOM/CDOM in the range for British/Irish rivers at all flow conditions and in shallow groundwater.

The minimum measurement range should be at least 0-300 ppb QSU (quinine sulphate units) (or equivalent) and the minimum detection limit should be 0.1 ppb QSU (or equivalent) or less. — Ability to measure turbidity in the range for British/Irish rivers at all flow conditions.

The minimum measurement range should be at least 0-1,500 NTU (or equivalent) and the minimum detection limit should be 0.5 NTU (or equivalent) or less. — An accuracy within the measuring range never exceeding ±5% of readings and preferably lower. — Resolution across the measuring range of less than 1 NTU (or equivalent) for turbidity and less than 1 ppb QSU (or equivalent) for fDOM/CDOM. — Anti-fouling/auto-cleaning wiping capability for extended (minimum one month between maintenance visits) deployments in ambient surface waters (rivers) and shallow groundwater. — Operating temperatures in river water for deployments between at least -2°C (or lower) and 40°C (or higher). Temperature should be a logged parameter.

— Capability for deployment in rivers to at least 5m depth (below the surface). — Powered by batteries with sufficient capacity to monitor the primary parameters on (at least) an hourly basis for (at least) one month deployments. — Sufficient internal memory capacity to log the primary parameters on (at least) an hourly basis for (at least) one month deployments. — User must be able to calibrate the sondes.

— Cables (or wireless equivalent; if cable, MUST connect via USB port) and software for data download, calibration and programming via laptop computer running Windows 10. — Ability to use for real-time monitoring. — Full instructions for use, maintenance, calibration and data downloading. — Guarantees/warranties for normal use in surface water or groundwater environments.