Procurement of Wildfire First Responders Equipment and Tools in Lebanon
UNOPS
Procurement of Wildfire First Responders Equipment and Tools in Lebanon
Invitation to bid
Reference:
ITB/2025/60121
Beneficiary countries or territories:
Lebanon
Registration level:
Basic
Published on:
21-Nov-2025
Deadline on:
28-Dec-2025 09:00 (GMT 0.00)
Description
Tender description: [Procurement of Wildfire First Responders Equipment and Tools in Lebanon]
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
This procurement opportunity integrates considerations for at least one sustainability indicator. However, it does not meet the requirements to be considered sustainable.
Climate change mitigation and adaptation
Environmental
The tender contains sustainability considerations for preventing or minimizing damage associated with climate change.
Examples:
Energy efficiency, greenhouse gas reporting and emission offsetting.
Gender issues
Social
The tender contains sustainability considerations addressing gender equality and women's empowerment.
Examples:
Gender mainstreaming, targeted employment of women, promotion of women-owned businesses.
| Link | Description | |
|---|---|---|
| https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
95121705
-
Fire station
New clarification added: Dear bidders,Kindly note that the bid submission deadline has been extended to 28th December 2025- 09:00 UTC.Best regards
Edited on:
24-Dec-2025 11:14
Edited by:
webservice@unops.org
New amendment added #3: This amendment # 3 is raised to extend the deadline from 24 December 2025 till 28 December 2025- 09:00 UTC
Edited on:
24-Dec-2025 11:08
Edited by:
webservice@unops.org
New amendment added #2: This amendment # 2 is raised to amend item 7.2 Chassis to read: For standardisation purposes only Toyota Land Cruiser 79 is acceptable.Rev2 ITB_Section_II_Schedule of Requirements is uploaded under Documents tab and the above amendment is highlighted in yellow
Edited on:
18-Dec-2025 15:03
Edited by:
webservice@unops.org
New clarification added: C#26 For the item 7.2 in Lot 7 :The Toyota Land Cruiser 79 or equivalent is not available in the Lebanese market and the agent do not import such vehicle to Lebanon so it is posible please to :Either change with another brand or allow us to price only the Item 7.1 in this lot 7.UNOPS response: For standardisation purposes only Toyota Land Cruiser 79 is acceptable. Please find the amended document under Documents tab name "Rev2 ITB_Section_II_Schedule of Requirements" (amendment #2)
Edited on:
18-Dec-2025 14:43
Edited by:
webservice@unops.org
New clarification added: C#25Q: For Lot 7, line 7.2, our understanding is that the LC79 SUV does not need to be installed with a skid plate as such since the skid plates requested under Lot 6 reference the UTV vehicle and not the SUV. Please can you clarify specs of the skid plate to be fitted on the LC79 SUV?UNOPS response: All technical information related to the 600-liter firefighting skid unit, including any base plate or protection requirements, is provided in detail under Lot 6.2 – Skid Unit 600 L. Lot 7.2 (SUV) does not introduce additional skid unit or skid plate requirements beyond those already specified in Lot 6.2. Dear Sir/MadamQ: Regarding the lot 7 -Vehicles :1-Can we offer for only one item 7.1 ?2-For the Item 7.1 ATV / UTV please advise back :For Colour and finishing : Light alloy: unpainted, natural colour please clarify what do you mean ?For Equipment and accessories : Mounting points : Can you please advise dimensions and location of the tie-down points ?For Clearance : What are the skid unit dimensions to confirm?UNOPS response: Bidders may submit an offer for Item 7.1 only. It is not mandatory to bid for all items under Lot 7. Each item will be evaluated independently. “Light alloy, unpainted, natural color” refers only to non-structural exterior body parts (such as covers, fenders, and panels). These parts may be made of light alloy (e.g. aluminum) or finished in a natural aluminum-silver color. This requirement does not apply to any structural or load-bearing components.The UTV shall be equipped with a minimum of four (4) heavy-duty tie-down points located in the cargo bed area.Tie-down points shall be positioned near the four corners of the cargo bedEach point shall be rated for ≥ 500 daN (≈ 500 kg) Points may be OEM-provided or purpose-builtTie-down points must be compatible with standard ratchet straps or shacklesRefer to skid unit 200 liters as mentioned in lot 6.1: Dimensions (L×W×H): Approx. 1100 × 900 × 650 mmQ: Our company is interested in supporting you with the supply of 10x SUV pick-ups (Lot 7 s/n 2).Before we proceed with a submission, we would need to understand the agreed funding for the procurement since the end-user of these units will be The Ministry of Environment. I am aware UNOPS Lebanon works closely with KfW, The World Bank and the Government of Japan and Canada respectively.Q: please advise if the funding of this procedure is local (Lebanese) or it is international? This is required information from our supplers as they can not supply goods in Lebanon if the funding is local.UNOPS response: This requirements funded by World Bank
Edited on:
18-Dec-2025 13:53
Edited by:
webservice@unops.org
New clarification added: C# 24 Q: we would like to request extension of the delivery period for Lot 6 and Lot 7 from 112 days to 6 months. The required period is too short taking into consideration that the goods must be manufactured abroad and imported in Lebanon. UNOPS response: The delivery period can not be extended. For vehicles and equipment it is 16 weeks.Q: Regarding Lot 7, Kindly confirm that the vehicles should be priced without registration and custom fees, strictly the price of the vehicle excluding additional fees. UNOPS response: -The quoted vehicles prices must be inclusive of all applicable customs duties, registration fees, and any related formalities, and should reflect the final delivered cost to the end user.- The final beneficiary is the respective municipality, and therefore no registration, customs clearance, or administrative procedures should be required from the beneficiary. All such processes must be fully handled by the supplier, with the vehicle delivered fully registered and road-ready. Dears,Q: Regarding item 7.1 – Firefighting UTV, we would like to clarify the intent of the requirement specifying the use of “light alloy.” Could you please confirm which component this refers to—such as the firefighting module structure, the vehicle frame, the rims, or another part of the UTV? Your guidance is needed to ensure that the offered configuration aligns with the intended specification.UNOPS response: “Light alloy” is intended only as a color/finish descriptor. It does not apply to the material composition of any UTV or module component. The offered configuration may follow the OEM’s standard materials and structural design.
Edited on:
18-Dec-2025 11:13
Edited by:
webservice@unops.org
New clarification added: C#20:Lot 6: For item 6.2 – Skid Unit 600 L, we request approval for an alternative hose configuration: a 20 m hose reel instead of 30 m, and a DN50 suction hose instead of 1.5". Both meet performance requirements, and compatibility will be ensured with adapters. Canvas hose quantities remain as specified. Please confirm acceptance of this equivalent configuration.Lot 6: For item 6.2 – Skid Unit 600 L, we request approval to offer a multi-function nozzle with flow settings of 25/50/75/150 L/min + flush instead of 50/100/150/250 L/min. It uses the same anodized aluminum-alloy construction and offers equivalent functionality. Despite the different flow range, it remains suitable for the unit’s applications, and the small weight increase does not affect performance. Please confirm acceptance of this equivalent option.For item 6.2 – Skid Unit 600 L, we propose replacing the specified brass valves and outlets with a stainless-steel welded manifold including 1" and 1½" discharge lines, priming and pressure ports, and a 2" reinforced three-way suction valve that substitutes both 1" valves while providing higher flow. The design also adds a 2" inlet filter and Storz couplings for faster connection. All components meet or exceed required strength and performance. We request acceptance of this equivalent configuration.For item 6.2 – Skid Unit 600 L, we request approval to offer a Honda GX50 pump instead of the GX35. The GX50 provides higher flow (260 L/min), equivalent lift (6.9 bar), and a longer 20 m discharge hose. Though slightly heavier, it delivers greater power and performance. Its 1.5" suction and delivery lines improve throughput, and adapters for 1" connections can be supplied. We request acceptance of this upgraded equivalent configuration.For item 6.2 – Skid Unit 600 L, we propose an 11.7 HP 4-stroke engine with a 4-stage centrifugal pump that meets the required 380 L/min and pressure using a speed-increaser gearbox. The multi-stage design with hard-anodized components and stainless-steel shaft ensures greater durability and stability. Despite lower engine power, the assembly achieves the necessary performance. We request acceptance of this equivalent configuration.For item 6.2 – Skid Unit 600 L, we propose a 600 L seamless rotomolded polyethylene tank with 8 mm walls, two breakwaters, a 390 mm inspection cover, and a 1.5" filling spout with standard couplings. It offers high impact resistance, low weight, corrosion immunity, and includes a drain, level indicator, vent, and pump return. A 2" outlet with valve can be added to match the requirement. We request acceptance of this durable equivalent design.UNOP response: The alternative hose configuration (20 m reel and DN50 suction hose) is not accepted. Only configurations fully compliant with the published specifications will be considered.2. The alternative nozzle with flow settings of 25/50/75/150 L/min is not accepted. Only nozzles with the required settings of 50/100/150/250 L/min + flush will be considered.3. Stainless steel is accepted as a material. However, approval of the revised manifold and valve layout is conditional upon submission of detailed technical documentation proving that the alternative configuration fully meets or exceeds all functional, operational, compatibility, and maintenance requirements. Acceptance will depend on the technical evaluation.4. The Honda GX50 may be considered only if full technical documentation, pump curves, compatibility evidence, and component integration details are provided, and if all performance and dimensional requirements of the skid unit are fully met or exceeded.5. The proposed configuration using an 11.7 HP engine is not acceptable. Only skid units equipped with an appropriately sized engine (≈24 HP net or higher) capable of directly achieving the specified flow and pressure will be considered.6. The proposed tank design cannot be accepted due to non-compliance with required inlet/outlet dimensions and filling port specifications. The tank must fully match the published port sizes, filling configurations, and interface requirements specified for the 600 L skid unit. Bidders are kindly requested to offer a tank that complies fully with the specified filling port, outlet size, and integration requirements.
Edited on:
18-Dec-2025 10:56
Edited by:
webservice@unops.org
New clarification added: C#23:Q: In Lot 4: Environmental Monitoring & Surveillance Equipment4.1 IoT Environmental Sensors: Multi-parameter sensor (temperature, humidity, CO/CO2, soil dryness, heat spikes), LoRaWAN/NB-IoT/4G Please answer the following questions:1. Could we offer 2 or 3 sensors :One senosr for :temperature, humidity, one for CO/CO2 and one senosr for soil dryness( soil moisture sensor) ?2. What do you mean by heat spike sensor?UNOPS response: 1- No, it is not acceptable to offer 2 or 3 separate sensors instead of a single multi-parameter device. The requirement is for one integrated multi-parameter IoT environmental sensor per installation point, capable of measuring all specified parameters within a single physical device.This requirement is essential to ensure:simplified installation and mounting, reduced power consumption, lower maintenance effort, unified calibration and synchronization, and consistent data transmission and reliability.2- The term “heat spike sensor” refers to the capability of detecting rapid and abnormal increases in ambient temperature over short time intervals, which may indicate the early onset of a wildfire or abnormal thermal activity.
Edited on:
17-Dec-2025 13:18
Edited by:
webservice@unops.org
New clarification added: C#22:Q: For item 5.4 – Gasoline Saw, the offered unit meets or exceeds the main performance and safety requirements (power, displacement, weight, vibration level, filtration, and cutting speed). The only points requiring clarification are the smaller fuel tank capacity (0.60 L vs ≥0.7 L) and confirmation of the diaphragm carburetor, decompression valve, spark-arrestor screen, and fire-resistant or carbide-tipped chain. Please confirm whether these deviations may be accepted.UNOPS response: The proposed alternative cannot be accepted unless:a. Fuel tank capacity meets the ≥0.7 L requirementb. The supplier formally confirms the presence of a diaphragm carburetor, decompression valve, spark-arrestor screen, and fire-resistant or carbide-tipped chain.
Edited on:
17-Dec-2025 13:13
Edited by:
webservice@unops.org
New clarification added: C#21:Q: For item 5.7 – Fire Swatter, we request guidance on an alternative model that differs from the required specifications. The requirement calls for a 150–180 cm length, a 30–40 × 25–30 cm flap with 16–18 mm thickness, a fiberglass or hickory oval handle, a 200 °C-rated flap material, rounded edges, and corrosion-protected mounting. The offered unit instead measures 200 cm, has a 25 × 50 cm flap at 6 mm thickness, and uses an aluminium circular handle, with heat resistance, edge design, and mounting protection not yet confirmed. Could you please advise whether these deviations may be accepted?UNOPS response: The proposed fire swatter cannot be accepted due to multiple deviations from essential functional, dimensional, material, and safety requirements. Only units fully compliant with the specified length, flap size and thickness, handle type, and heat-resistance properties will be considered.
Edited on:
17-Dec-2025 13:10
Edited by:
webservice@unops.org
New clarification added: C#19: Q: Kindly confirm that the Ministry of Environment will be the designated consignee and that the items are exempt from all duties and taxes.UNOPS response: Yes, all items are exempt from all duties and taxes. Q: For item 5.1 – Heavy Duty Hoe, we request approval to offer an alternative hoe measuring 125 cm in length, ≈2.0 kg in weight, and a 125 cm handle, in place of the required 160–180 cm length, 2.5–3.5 kg weight, and 150–160 cm handle. The offered model uses higher-grade wear-resistant steel and a multifunctional head that enhances cutting, digging, and scraping performance. Please confirm whether this alternative may be accepted given its improved material and functionality despite the dimensional differences.For item 5.2 – Collapsible Backpack Firefighting Pump, we request approval to offer an alternative model that meets or exceeds the key performance requirements, including a 20 L capacity, lower weight, greater range, higher flow rate, a dual-piston brass pump, reinforced hose, and a durable PVC-coated tank. The only deviations are a smaller filling opening of ≈88 mm (instead of ≥100 mm) and differences in overall dimensions and harness design. Please confirm whether this higher-performance, more durable alternative may be accepted despite these dimensional variations.For item 5.3 – Firefighting Shovel, we request approval to offer an alternative with a thicker 9 mm high-carbon steel head in place of the required 2.5–3.5 mm, a lower total weight of 1.975 kg instead of 2.5–3.5 kg, and differing handle characteristics (material, diameter, ergonomics, reinforcement, and finish). Please confirm whether this stronger shovel design may be accepted despite these deviations.UNOPS response: Only hoes meeting the specified dimensions (160–180 cm total length and 2.5–3.5 kg weight) will be accepted. Material enhancements or multifunctional heads do not compensate for the required dimensional and ergonomic standards.You may submit your alternative model, provided that it fully meets or functionally exceeds all required performance criteria, including:a. Minimum 20 L capacityb. or better pump performance (flow, pressure, durability)c. Reinforced hose and high-quality materialsd. Equivalent ergonomic performancee. Comparable usability in field conditions You may quote the alternative shovel, provided that it fully meets or functionally exceeds all required operational performance criteria, including:a. Wildland digging, scraping, and cutting effectivenessb. Tool durability during sustained impact and root cuttingc. Ergonomic safety during extended operationsd. Handle strength, grip, and vibration resistancee. Overall performance equivalent to or better than a 2.5–3.5 kg tool
Edited on:
17-Dec-2025 11:36
Edited by:
webservice@unops.org
New clarification added: Dear bidders,Kindly find the below received clarifications and UNOPS responses:I. IP Telephony System (Item 3.1)Deployment Context: Are the 3 IP Telephony systems intended for separate sites, or are they part of an integrated deployment?Scaling and Capacity: Beyond the minimum of ≥8 analog ports and ≥8 desk phones, what is the projected number of users/extensions over the next 3–5 years?PBX Features: Are there specific advanced features required (e.g., voicemail-to-email, auto-attendant, call center functionality)?II. Networking & Connectivity (Items 3.2, 3.3, 3.5)Router Deployment: How are the 8 routers distributed across sites?Throughput Confirmation: Is the throughput range of ≥5–10 Gbps sufficient, or is a fixed target preferred?VPN Requirements: What is the anticipated number of concurrent VPN users, and which VPN protocols (IPsec, SSL, etc.) are required?Switch Capacity: What is the total Power over Ethernet (PoE) budget required per switch?Internet Connectivity: Per site, is the preference for 4G/5G SIM or wired connectivity, and what are the minimum symmetric bandwidth requirements?III. Security Infrastructure (Item 3.4)Traffic Analysis: What is the estimated maximum concurrent throughput for the single firewall covering all sites?Feature Licensing: What level of DPI/IPS licensing is required?High Availability: What HA topology is preferred (Active/Passive, Active/Active)?IV. Server & Data Infrastructure (Items 3.6, 3.7, 3.8, 3.9)Cloud Server Resources: What are the specific CPU, RAM, and storage requirements for the cloud-based server?On-Premise Servers: What are the hardware specifications (CPU, RAM, storage configuration) for the 2 physical servers?Data Analysis & Automation: What data sources will be ingested, and what output formats are required?Backup Volume: What is the estimated total data volume for backup?Storage Preference: Is the preference for NAS, file server, or a hybrid approach?V. Optional Add-Ons for ConsiderationIn addition to the above, we would like to propose the following optional add-ons, which could enhance operational efficiency and security across your deployment:Centralized Monitoring (e.g., OpsRamp, Datadog, Dynatrace)Backup Licensing (e.g., Veeam, Cohesity)Email Security + Endpoint SecuritySD-WAN for Multi-Site ConnectivityUNOPS response: The 3 IP Telephony (PBX) systems are intended for three separate sites, each operating independently.However, the systems must support optional interconnection via SIP trunks so that internal extension dialing between sites is possible if required in the future.The current requirement is ≥8 analog ports and ≥8 IP phones per site.Over the next years, each PBX should be able to scale to:Up to 20–24 IP extensions,Up to 12–16 analog ports,Support additional SIP trunks for external or inter-site connectivity.Systems must support modular expansion without complete hardware replacement.The following features are required:Voicemail-to-email notificationsAuto-attendant / IVR (e.g., “Press 1 for…”)Call forwarding and call transferHunt groups / ring groupsCall detail records (CDR) loggingSIP trunk support for future site interconnectionBasic conference callingII- A total of 8 routers will be deployed, one router per site.Each router must support secure connectivity to the central firewall/cloud platform via VPN.The required throughput range of ≥5–10 Gbps is sufficient.This target ensures capacity for:high-definition PTZ camera streams,sensor data,control-room traffic, andsecure VPN tunnels.A minimum of 5 Gbps and preferably up to 10 Gbps should be supported.Concurrent VPN Users: 10–20 concurrent tunnels (across all sites) for operational staff and system services.Required Protocols:IPsec VPN (mandatory)SSL VPN (for remote staff access, optional but recommended)Site-to-site VPN tunnels to the central firewallIPsec AES-256 encryption must be supported.Each site switch should support a minimum PoE budget of 370–480 W.This is sufficient to power:PTZ cameras,access points,IP phones,local sensorsEach site should have:Primary connection: Wired ISP (fiber or VDSL if and where available)Backup connection: 4G/5G SIM-based router for redundancyMinimum symmetric bandwidth:20 Mbps upload / 20 Mbps download per site.The estimated maximum concurrent throughput required for the single central firewall is:Firewall throughput: ≥20 GbpsDPI/IPS throughput: ≥10 Gbps under full inspectionThis accommodates encrypted VPN tunnels from 8 sites + cloud traffic + operator access.Required NGFW licenses include:DPI (Deep Packet Inspection)IPS (Intrusion Prevention System)Anti-Malware / Threat Intelligence FeedsVPN (IPsec + SSL)Optional (not required): Sandboxing, CASB, Zero Trust modulesActive/Passive HA is preferred.To ensure failover without requiring complex load balancing.The cloud deployment will host the analytics platform, dashboard, APIs, and satellite data integration.Required cloud resources:CPU: 16 vCores (expandable to 32)RAM: 64–128 GBStorage:2 TB SSD (primary)Expandable block/object storage for archived imageryVMs: 6–8 (Web, API, DB, Analytics, Messaging, Backup/Test)OS: Ubuntu Server 22.04 LTS or Windows Server 2022Connectivity: Secure VPN or SD-WAN tunnels from all 8 sites.The physical servers will be used for local processing, redundancy, and backup caching.Required hardware specs (per server):CPU: 16-core Xeon/Silver/GoldRAM: 128 GB ECCDrives:2 TB SSD (system + apps)6–8 TB HDD (data cache, logs, local storage) Storage Configuration: RAID-5 or RAID-6Network Interfaces:4 × 1G RJ-452 × 10G SFP+Hypervisor: VMware ESXi or Microsoft Hyper-VOS: Ubuntu Server or Windows Server depending on roleRole: Data relay, local processing node, backup caching, site-level operations continuity.C. Data Analysis & Automation Platform (Item 3.8)The platform will ingest:sensor data (temperature, humidity, heat spikes)PTZ camera metadatadrone telemetryGPS datasatellite imagery overlaysmanual field reports via mobile/tablet appOutputs required:real-time dashboardsfire-risk analyticsalerts/notifications (SMS, email, app)reports (PDF, CSV export)GIS layers for mappingMust expose RESTful API for interoperability.D. Backup Requirements (Item 3.9)1. Total Backup VolumeEstimated annual backup volume: 8–12 TB per year, including images, logs, sensor data, and system archives.2. Storage Type PreferenceA NAS-based solution is preferred with:RAID-5 or RAID-6Dual NICs8–12 TB usable storage (per site)Best regards
Edited on:
17-Dec-2025 10:23
Edited by:
webservice@unops.org
New clarification added: C#17: In lot 6, item 6.3, What thread type is required on the Additional Ports: 2 x 2.5” outlets for pump suction line? is an NPT threaded flanges required for these or what type of threads?An air chambered floatation collar for tanks this large is typically not recommended. Foam collars are virtually risk free and not as high maintenance as the air chambered option. would this be an acceptable option?R#17: For the 2 × 2.5″ suction outlets, we do not require a single specific thread standard.a. NPT or BSP (BSPT / BSPP) threaded outlets are both acceptable.b. Alternatively, 2.5″ outlets with camlock or Storz couplings are also acceptable.The key requirement is that the supplier shall:· Supply the outlets complete with caps and gaskets, and· Provide matching adapters so that the outlets can be connected to a standard 2.5″ suction hose / fire pump suction.· Thread standard and coupling type shall be clearly stated in the offer, and the system must be delivered “ready to connect” in the field (no additional adapters to be procured by the client).2. Both air and foam collars are accepted. For foam collars, the collar must be a flexible closed-cell foam design that allows the tank to be folded and packed.C#18:We have some more clarification questions about lot 6, item 6.3.could you please elaborate more about what is required in the following two line items as currently it is not clear:- Fill Ports: 2 × 4" female camlock with strainers - 2 × 2.5" suction adaptorsR#18:1. Fill Ports (4"): Two (2) × 4” female camlock fill ports, each equipped with debris strainers/screens and caps. Used for high-volume filling of the tank. Must be standard 4” camlock type.2. Suction Adaptors (2.5"): Two (2) × 2.5” suction outlets for pump drafting. Thread type is flexible: NPT or BSP, or camlock/Storz fittings are acceptable. Supplier must provide matching adapters and caps so the tank is delivered ready to connect to standard 2.5” suction hoses.
Edited on:
15-Dec-2025 11:31
Edited by:
webservice@unops.org
New clarification added: C#16:1. Lightning Protection BoxPurpose: Surge and lightning isolation for weather and sensor equipment.Questions:Should the incoming power line be connected via a plug (if yes, please specify the type) or via terminal connections?Should the protective enclosure comply with IP44?2. Solar Power SystemComponents: Solar panels (200 W each), charge controllers, lithium battery storage (24 V 100 Ah).Questions:Is remote monitoring via an integrated SIM card (mobile network required) using Victron VRM desired?(Central monitoring of all stations would be possible.)Should the protective enclosure comply with IP44?What is the preferred mounting method for the PV module (ground installation, roof mounting, or free-standing with mounting kit)?What is the required cable length between the PV module and the system unit?R#16:1. Connection Type:The incoming power line should be connected via terminal connections, not a plug. This ensures a secure, weather-resistant, and vibration-proof installation suitable for outdoor sensor and weather station environments. Please provide terminals suitable for L–N–PE with clear labeling and surge protection pathways.2. Enclosure Protection Rating:Yes, the protective enclosure must comply with minimum IP44. However, for better protection in outdoor conditions, IP54 or higher is recommended to safeguard against dust ingress, rain, and humidity exposure2.1 Yes, remote monitoring is desired.2.2 The protective enclosure should comply with minimum IP44, but IP54 or higher is preferred for added protection against dust, humidity, and rain exposure, especially given outdoor installation.2.3 The preferred mounting method is roof mounting or free-standing mounting depending on the site conditions.Installers may propose the most suitable option per location as long as:the mounting is secure, weather-resistant, and anti-theft, allows optimal sun exposure, and meets relevant safety standards.2.4 The required standard cable length between the PV module and the system unit is 10–15 meters.Cable length may vary depending on the installation layout, but the system must support a minimum of 15m without voltage drop issues.
Edited on:
15-Dec-2025 10:52
Edited by:
webservice@unops.org
New clarification added: C#15:Lot 4 – PTZ Camera: Please clarify whether the thermal option to be supplied or it an option as mentioned in the tender documents.R#15:The PTZ cameras must be supplied with the thermal imaging option included, not as an optional add-on.The system requires dual-sensor PTZ units (optical + thermal) to ensure effective wildfire detection under low-visibility conditions such as smoke, fog, night operations, or long-distance monitoring.
Edited on:
15-Dec-2025 10:43
Edited by:
webservice@unops.org
New clarification added: C#13:We kindly request clarification on the below points:1. The following requirement is found for all lots:“Bidders must provide an ISO 50001 certificate awarded by an ISO/IEC 17065 accredited body to the manufacturer for items listed under Section II.”Is this requirement mandatory? Not all manufacturers hold a valid ISO 50001 certification, and this may impact on the ability of manufacturers and bidders to fully comply. Could this requirement be reconsidered or waived?2. Can you please specify the delivery timeframe for Lots 4,5,6 & 7. The Schedule of requirements only mentions Lots 1,2 & 3.3. The delivery terms are DAP, Ministry of Environment of Lebanon, while the beneficiaries are listed as municipalities. Please confirm no customs or registration are required.4. Given that the Land Cruiser 79 is not available or serviced by an authorized dealer in Lebanon, while the Toyota Hilux is fully supported locally with parts, warranty, and after-sales service, we would like to propose the Hilux as an acceptable alternative. The Double Cabin Hilux offers higher horsepower, automatic transmission for improved drivability, and a GVW of 2,870 kg, which is adequate to safely carry the 600-liter fire skid unit. It is also more cost-effective, making it a practical and reliable option that still meets the operational requirements.R#13:In the case of the wildfire fighting tools and equipment, the compliance part clearly mentions: compliance with relevant ISO / EN / NFPA standards according to the country of origin and manufacturer’s internal certification framework. Equivalent international standards will be accepted.Please refer to the amended delivery requirements uploaded on eSourcing document tab.Customs for sure is required. Support with registration is needed. The vehicles eventually will be registered under the ownership of the corresponding municipalities as per MOE instructions.The required SUV model specifies Toyota LC or equivalent. So, as long as the quoted vehicle meets the required specifications, it should be acceptable.C#14:Kindly note that the delivery times for Lots 1, 2, and 3 are specified, however no delivery timelines are mentioned for Lots 4, 5, 6, and 7. Could you please advise if there are any specific delivery time constraints for these lots, or should we propose the timelines we find most suitable?R#14:Please refer to the amended delivery requirements uploaded on eSourcing document tab.
Edited on:
15-Dec-2025 07:07
Edited by:
webservice@unops.org
New clarification added: C#12:To ensure full compliance with the technical and administrative requirements of the RFQ, we respectfully request an extension of the quotation submission deadline until 31 December 2025. This additional time will allow us to coordinate effectively with our suppliers and submit a comprehensive and competitive offer fully aligned with your specifications.R#12:The bid submission deadline has been extended to 24th December 2025.The bid clarification deadline has been extended to 15th December 2025.
Edited on:
11-Dec-2025 08:16
Edited by:
webservice@unops.org
New amendment added #1: Dear bidder;Kindly refer and note the following changes in the tender.eSourcing Documents:Rev1 - ITB_Section_II_Schedule of Requirements, specifically section (C. delivery requirements) have been revised to reflect the delivery time for all lots and uploaded.Rev1 - ITB_Section_III_Returnable Bidding Forms, specifically (Form C: Price Schedule Form) the word "three" lots which is a typo has been removed to read all lots and uploaded. eSourcing General:The bid submission deadline has been extended to 24th December 2025.The bid clarification deadline has been extended to 15th December 2025.Please consider all the changes in your bid submission.Thank you,UNOPS
Edited on:
11-Dec-2025 07:36
Edited by:
webservice@unops.org
New amendment added #1: Dear bidder;Kindly refer and note the following changes in the tender.eSourcing Documents:Rev1 - ITB_Section_II_Schedule of Requirements, specifically section (C. delivery requirements) have been revised to reflect the delivery time for all lots and uploaded.Rev1 - ITB_Section_III_Returnable Bidding Forms, specifically (Form C: Price Schedule Form) the word "three" lots which is a typo has been removed to read all lots and uploaded. eSourcing General:The bid submission deadline has been extended to 24th December 2025.The bid clarification deadline has been extended to 15th December 2025.Please consider all the changes in your bid submission.Thank you,UNOPS
Edited on:
11-Dec-2025 07:35
Edited by:
webservice@unops.org
New clarification added: C#11:On the 200 L Skid. The Centrifugal can't do the pressure and flow required with 5.5 HP it is not enough for the flow and the High pressures needed. Which is 200 LPM @ 7 Bars and Max Pressure <= 25 Bars. Please specify the flow needed at 25 Bars.On the 600 L Skid . The Centrifugal High pressure pump Needs minimum 24 HP net for the flow of 380 LPM @ 28 Bars, which pushes the pump HP to be Higher than 23 HP.On the Pumpkin Water tank. Is a self floating Color acceptable for 20,000 Gallons self supporting tank like the one being used by the Lebanese Civil Defense for the Helicopter water supply.R#11:For the 200L skid, the required duty point of the pump is:Flow rate: ≥ 200 L/min @ 7 bar (at pump outlet). Maximum pressure: ≥ 25 bar at reduced flow; flow at 25 bar is not required to exceed 20 L/min.The 25 bar value is to be understood as maximum achievable pressure / shut-off head.For the 600L skid, to achieve the required pump performance of 380 L/min @ 28 bar, the pump engine is expected to provide approximately 24 HP net (or higher). Bidders shall size the engine accordingly to meet the specified flow and pressure.A self-floating collar (self-supporting design) is acceptable for the 20,000-gallon tank, provided it meets all technical requirements (capacity, material thickness, ground mat, and drain fittings). Tanks equivalent to those used by the Lebanese Civil Defense are acceptable as long as they comply with the required specifications.
Edited on:
10-Dec-2025 13:27
Edited by:
webservice@unops.org
New clarification added: C#10:LOT 1 item : 1.4 what is the required size for the tablets? LOT 2 items : 2.3 and 2.4 : what is the autonomy required ? al what load?R#10:1.4- 10–12 inch rugged tablet, Full HD screen, sunlight readable, touch/stylus support, IP65 rating minimum.2.3 - 2.4 please provide available options
Edited on:
10-Dec-2025 13:01
Edited by:
webservice@unops.org
New clarification added: C#9:Switches: Switching capacity ≥ 128 Gbps, 24-48×1G PoE+ ports, 2-4×10G uplinks, rack-mountsThey need 24 or 48 ports?The uplinks are 10G Fiber or copper?Firewalls for secure data transmission: Throughput ≥ 10-20 Gbps, 8×1/10G RJ-45 + SFP+, DPI, IPS, VPN, HA support (One firewall for all sites)How many sites? Because the qty is 1 while, it’s mentioned they need 1 in each site.Internet Connectivity: 4G/5G SIM-based subscriptions or wired connection depending on siteThey need here like IDM 4G routers for internet connectivityServer Infrastructure: Cloud-based 1 deployment shared for all sites.Required CPU vCores?Required RAM?Number of VMs?Storage size?Type of drives: SSD-only, HDD tier, or hybrid?How the sites will connect to the cloud? VPN, SDWAN…?Server Infrastructure: Physical on-premise deployment.Number of cores per CPU per server?Required RAM?Type of drives?Required storage capacity?OS to be used?Virtualization license?Number of interfaces and type?Local backup drives NAS or file server.Capacity required and type of connection?R#9:Switches:Ports: 24 PoE+ ports are sufficient for most control sites; 48-port models may be used at the central hub if required. Uplinks: 10G fiber uplinks (SFP+) preferred for long runs and reliability. Rack-Mount: Yes, all units should be rack-mountable (1U/2U).Firewalls:Quantity: 1 central firewall cluster (HA pair) at main data center, managing VPN tunnels from all 8 sites. Each site will use VPN-capable routers (not full firewalls). HA requirement: Central HA (Active-Passive) for redundancy and uptime.Internet ConnectivityEach site will use a 4G/5G router or wired ISP connection Routers must support VPN or SD-WAN connectivity to link securely with the central firewall and cloudServer infra: Role: Central data management, analytics, dashboard hosting, and integration with sensors/cameras....CPU: Minimum 16 vCores (expandable to 32)RAM: 64–128 GBStorage: Minimum 2 TB SSD (expandable), RAID or cloud-native redundancyOS: Linux Ubuntu Server 22.04 LTS or Windows Server 2022 (provide both options)Number of VMs: Around 6–8 virtual machines (Web, Database, API, Analytics, Backup, Test, etc.)Connection Method: All sites connect via secure VPN or SD-WAN tunnelsScalability: Must support autoscaling or expansion based on data growth and satellite imagery feeds.NAS-based network backup storage, RAID-5 or RAID-6 configurationCapacity: Minimum 8 TB usable storage (Expandable).
Edited on:
10-Dec-2025 12:55
Edited by:
webservice@unops.org
New clarification added: C#8:3.4 Firewalls for secure data transmission: Throughput ≥ 10-20 Gbps, 8×1/10G RJ-45 + SFP+, DPI, IPS, VPN, HA support (One firewall for all sites) - How HA support is needed and only one firewall for all sites?3.6 Server Infrastructure: Cloud-based 1 deployment shared for all sites. Server Specs needed, Role, Capacity, OS…3.7 Server Infrastructure: Physical on-premise deployment. (Is hypervisor required, or just one Physical server), Server Specs needed, Role, Capacity, OS…3.8 Data Analysis & Automation Software (license/setup): Private server platform for analytics, automation, and reporting. This one not clear.3.9 Local backup drives NAS or file server. Capacity Needed3.1 IP Telephony System: PBX with redundancy, ≥8 analog ports, ≥8 desk phones, SIP-enabled Since each of the 3 PBX systems require only 16 ports (8 analog and 8 IP), why redundancy is needed?Is it needed to connect the 3 PBXs with each other via SIP Trunks?Is it required 8 analog Ports and 8 SIP IP Phones? (Why ≥ not =)Are the SIP IP Phones: High-end, Mid-range or Low-end?Are analog phones required since it is only mentioned analog ports?Solar Power System: Solar panels (200W each), charge controllers, lithium battery storage (24V 100Ah) 24 setsWe need further detailsThe total capacity of each systemdo they need one system with 24 panel of 200w that is less than 5kwdo they accept less number of panels with the same total production power, because 200w is ordered specially (not a common product these days) or they need 24 systems?we need to know the full detaildo they need installation? Then we need to know the surface structure and locationdo they need hybrid system (to be able to sell back electricity to EDL)How many sources of power they currently have EDL private generatorR#8:3.4 HA is required only at the central site, not per location. This ensures business continuity and redundancy for the shared firewall system managing all 8 sites. One Firewall for All Sites: Correct, a single centralized firewall cluster (active-passive) will manage secure connections for all 8 locations through VPN tunnels. Each site will connect securely to this central firewall via encrypted VPN or SD-WAN.3.6 Role: Central data management, analytics, dashboard hosting, and integration with sensors/cameras....CPU: Minimum 16 vCores (expandable to 32)RAM: 64–128 GBStorage: Minimum 2 TB SSD (expandable), RAID or cloud-native redundancyOS: Linux Ubuntu Server 22.04 LTS or Windows Server 2022 (provide both options)Number of VMs: Around 6–8 virtual machines (Web, Database, API, Analytics, Backup, Test, etc.)Connection Method: All sites connect via secure VPN or SD-WAN tunnelsScalability: Must support autoscaling or expansion based on data growth and satellite imagery feeds.3.7 Deployment Type: One main physical server with virtualization (hypervisor) to host multiple VMs.CPU: Dual Intel Xeon Silver/Gold (≥16 cores total, scalable)RAM: 128 GB ECCStorage: 4 TB SSD primary + 8 TB HDD secondary for archivalDrives: Hybrid storage (SSD for performance, HDD for capacity)Hypervisor: VMware ESXi or Microsoft Hyper-VInterfaces: Minimum 4 × 1G + 2 × 10G NICsOS: Base hypervisor with guest OS as Ubuntu Server 22.04 LTS or Windows Server 2022Role: Local data aggregation, caching, and backup node in case of cloud downtime.3.8 This is a private analytics and automation platform hosted on the cloud or local server.Functions include:Automated data collection from sensors, cameras, and drones Fire risk modeling and trend analytics Real-time dashboard visualization Alert automation (SMS/email/mobile notifications) Integration with satellite imagery and GIS mapping The software should be modular and API-ready to integrate with existing government systems.3.9 Type: NAS-based network backup storage, RAID-5 or RAID-6 configurationCapacity: Minimum 8 TB usable storage (Expandable)3.10 IP Telephony System (PBX) Redundancy: Required to ensure uninterrupted communication with the control network and central command in case of PBX or power failure.SIP Trunks: Yes, PBXs should be interconnected via SIP trunks to enable internal extension dialing between sites.Ports: 8 analog + 8 SIP IP phones (total 16). The “≥” symbol allows scalability if additional extensions are needed.Phone Type: Mid-range SIP phones with color screen, PoE support, and headset option.Analog Phones: Yes, required for backup and for integration with analog lines from local ISPs or generators’ monitoring systems.Solar Power System:System Type: One complete solar kit per site (total 8), not 24 separate systems. Each kit should consist of 24 × 200W panels (≈4.8 kW) producing power for the control room, sensors, and communication devices. Alternative Option: Vendors may propose fewer higher-wattage panels (e.g., 400–500 W each) as long as total capacity (~5 kW) is maintained. Hybrid Requirement: Not hybrid — standalone solar with battery storage and grid/generator input, no EDL feed-in required. Power Sources: Solar will serve as primary backup. Installation: Yes, full installation required Battery Storage: Minimum 24V 100Ah lithium battery per system (or equivalent total energy).
Edited on:
10-Dec-2025 12:50
Edited by:
webservice@unops.org
New clarification added: C#5:Crank-Up Tower: Regarding the crank-up tower, the current reference is a 3-meter-high tower. Please confirm whether this configuration meets your requirements. If you have different specifications, kindly let us know, and we will adjust accordingly. Please note that any changes to the crank-up tower specifications may affect the length of the sensor connection cables, and we will adjust the cable lengths as necessary to ensure proper operation.R#5:The proposed 3-meter-high crank-up tower is acceptable for basic weather station functionality, however, for optimal sensor exposure, data accuracy, and safety from vandalism or obstruction, we require a minimum height of 4.5 to 5 meters above ground level.Please adjust your design and associated cable lengths accordingly to ensure compatibility with the sensor installation requirements.Kindly ensure that the revised configuration maintains compliance with safety and lightning-protection measures and that the sensors’ signal integrity will not be affected by the longer cables.C#6:Regarding LOT 3, ITEM 5 Internet Connectivity 4G/5G SIM-based subscriptions or wired connection depending on site. Please advise us Contract length.R#6:Please provide yearly subscription price, length of project will be shared later.C#7:Regarding LOT 3, ITEM 8 Data Analysis & Automation Software (license/setup). Please confirm number of users and length of contract?C#7:10 users, please provide yearly price, length of project will be shared later.
Edited on:
02-Dec-2025 12:01
Edited by:
webservice@unops.org
New clarification added: C#1:We are bidding from India in USD. We need to enquire that can we submit the quotation Lot wise or it is compulsory to bid for all Lots.R#1:Bidders shall be allowed to quote prices for one or more lots identified in this tender.C#2:Can we submit partial offer?R#2:Please refer to the eSourcing “particulars” tab specifically “partial bids” and “evaluation method details”. C#3:Do you require a bid bond ? If yes then what amount and where should we send it?R#3:Bid security is not required.C#4:Is this bid open for all nationalities?R#4:Please refer to the eSourcing “particulars” tab specifically “bidder eligibility”.
Edited on:
29-Nov-2025 16:53
Edited by:
webservice@unops.org