CANCELLED Provision and Maintenance of Local Area Network (LAN) and Structured Cabling System (SCS) in 30 hospitals across Sri Lanka
UNOPS
CANCELLED Provision and Maintenance of Local Area Network (LAN) and Structured Cabling System (SCS) in 30 hospitals across Sri Lanka
Invitation to bid
Reference:
ITB/2026/61275
Beneficiary countries or territories:
Sri Lanka
Registration level:
Basic
Published on:
02-Feb-2026
Deadline on:
12-Mar-2026 11:30 (GMT 0.00)
Description
Under the project ‘Health Information Quality Improvement’ funded by the The Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM), the Ministry of Health & Mass Media in Sri Lanka aims to digitize 30 hospitals across 7 provinces. In support of this initiative, this ITB aims to select a qualified supplier for the Provision and Maintenance of Local Area Network (LAN) and Structured Cabling System (SCS) in 30 hospitals across Sri Lanka.
-----
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.
Local communities, MSMEs and supplier diversity
Economic
The tender contains sustainability considerations regarding local MSMEs, local communities or disadvantaged groups.
Examples:
Reserved labour opportunities for local communities, use of local materials, reserved procurements for local companies
| 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 |
81111803
-
Local area network LAN maintenance or support
Tender cancelled on 2026-04-23 12:07 UTC. The tender has been cancelled due to budgetary constraints. For any inquiries, please contact Sripalee Ayanthi De Silva. Email: sripaleeg@unops.org, Phone: Sri Lanka 112005083
Edited on:
23-Apr-2026 14:07
Edited by:
webservice@unops.org
New clarification added: Clarification No 48:Q1. As per the previous clarification, the Automated Infrastructure Management (AIM) solution software will be monitored by the respective hospital. Please confirm whether the necessary computer system will be provided by your side for this purpose.Response:Adequate server space for software installation for AIM solution will be provided at each of the 30 hospitals Q2. Kindly confirm whether you will be providing a building, area, or designated space to establish the temporary site office for the project.Response:The temporary site office shall be established outside the hospital premises by the contractor. Provision for establishing the temporary site office has been included in the hospital-wise BOQ for rating Q3. Earthing points are mentioned; however, details regarding the earthing rod, grounding mechanism, or connection to the building’s existing earthing system have not been specified. Kindly clarify.Response:The scope of earthing works under this project (refer to the Scope of Work under the BOQs) is limited up to the access rack level, including the provision of the earth busbar and internal rack connectivity. The connection from the busbar to the building’s main grounding/earthing system will be carried out by the Ministry of Health (MOH).
Edited on:
04-Mar-2026 10:51
Edited by:
webservice@unops.org
New clarification added: Clarification No 47:Can we have the MAL format?Response: The bidder should submit a Manufacturer’s Authorization Letter (MAL) addressed to UNOPS, where the manufacturer authorises the bidder to submit a bid under this Tender (ITB/2026/61275) for the purpose of which is to provide the goods (for which this MAL is provided for) manufactured by the manufacturer, and to subsequently negotiate and sign the contract. Manufacturer shall also confirm to extend their full gurantees and warranty in accordance with the technical specifications of the goods offered.
Edited on:
03-Mar-2026 16:47
Edited by:
webservice@unops.org
New clarification added: Clarification No 46:Under the Qualification Requirements section of the United Nations Office for Project Services (UNOPS) Small Works ITB-2026-61275, the bidder must demonstrate:Sufficient liquidity demonstrated by a ratio of Current Assets / Current Liabilities ≥ 1.0for each of the last two (2) years, based on audited or certified financial statements. We are a Srilankan registered entity and as we operate under a global conglomerate we have our financial statements under Group level will that be considered for submissionResponse: If the bidder is a separate registered legal entity with separate financial reportings and statements, the bidder should submit their own financial statements.
Edited on:
03-Mar-2026 08:34
Edited by:
webservice@unops.org
New clarification added: Clarification No 45:With reference to Schedule 3.2 (Technical Specification) regarding Warranty, Service Levels, Implementation, Commissioning & Testing, it is mentioned that the contract duration is five (5) years. However, in the Small Works ITB document (Small_Works_ITB_Section_II_III_IV_V_ITB-2026-61275_Rev_01), the Time for Completion is stated as 05 months for the whole of the Works.Kindly clarify if this is correct. Additionally, we would appreciate it if you could confirm the following periods for this project:Maintenance PeriodTesting & Commissioning PeriodContract PeriodResponse:The Time for Completion of the Works under this contract is five (05) months, as stated in the Small Works ITB document. Contract Period is Five (05) months from the date of contract start date, covering implementation, installation, testing, commissioning and handover of the Works. Defects Notification Period (DNP): is one (01) year following completion and handover of the Works. The Bidder shall provide a minimum of five (5) years manufacturer’s warranty for all active components specified in the document, and a twenty five (25) year manufacturer’s performance warranty for the structured cabling system, including AIM. All other components and materials shall carry the required warranty in accordance with the specifications provided.Further, Upon completion of the Works, the Ministry of Health (MoH) will enter into a separate Service Level Agreement (SLA) with the contractor for a period of five (05) years to ensure rapid maintenance response, as detailed in the bidding documents. The cost should be included in the Grand summary.All detailed requirements and service conditions are provided in the Bid documentation.
Edited on:
03-Mar-2026 08:32
Edited by:
webservice@unops.org
New clarification added: Clarification No: 44Question: After a thorough review of the scope, technical requirements, and submission conditions, we find that the current closing date does not provide sufficient time to prepare a comprehensive and fully compliant proposal. The assignment necessitates extensive technical coordination, alignment with partners, preparation of detailed documentation, and completion of internal review and approval processes, all of which require adequate time to ensure accuracy, completeness, and quality.Accordingly, we respectfully request an extension of at least fourteen (14) additional days from the current closing date, particularly considering that Monday falls on a Poya public holiday. Granting this extension is critically important to allow proper due diligence, robust quality assurance, and full compliance with all tender requirements.We believe that an extension will not only support the submission of a technically sound and commercially competitive proposal but will also encourage wider participation and result in higher-quality submissions, ultimately contributing to the successful achievement of the project objectives.We sincerely appreciate your understanding and consideration of this important request and look forward to your favorable response.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:55
Edited by:
webservice@unops.org
New clarification added: Clarification No:43Question: In DGH Negombo Hospital BOQ 16 Port PoE Switch is mentioned. But there is no technical specifications for a 16 Port PoE Switch. Also there are specifications for a 8 port POE Switch on technical specification and there are no 8 Port POE switches in BOQs. Please clarify.Response: Please note that this project includes only 24-port and 48-port access switches. The reference to a 16-Port PoE Switch in the BOQ was due to a typographical error. There is no requirement for a 16-port or 8-port switch under this ITB. The correct requirement for DGH Negombo BOQ Line item 2.8.4 is for a 24-Port PoE Switch. The BOQ has been revised and uploaded.Bidders are kindly requested to download the revised documents and proceed accordingly. The amended documents have been uploaded. Thank you for bringing this matter to our attention.
Edited on:
27-Feb-2026 15:52
Edited by:
webservice@unops.org
New clarification added: Clarification No:42Question : We kindly request for an extension for the bid closing date.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:48
Edited by:
webservice@unops.org
New clarification added: Clarification No: 41Questions:Q1.In the BOQ, the quantity is indicated as 01 No. of Firewall. However, in the technical specification it is stated:“Active-Active as well as Active-Passive redundancy by use of 02 Nos.” ,Please Clarify Response: A total of one (01) firewall appliance is required at each hospital, as specified in the Bill of Quantities (BoQ). Bidder shall propose a High Availability (HA) capable firewall model, in alignment with the minimum requirements provided in the technical specification.Q2.Given the scale of this project, the contractor must invest upfront for active components. To ensure smooth execution and financial feasibility, we kindly request the following payment structure: "20% advance payment — to support procurement and initial mobilization.70% payment upon delivery of goods at site — ensuring that the bulk of the investment is covered once materials are delivered,The remaining 10% can be aligned with commissioning/acceptance milestones, as per standard practice.Response: Please note the project period is 5 months. Payment structure provided in this ITB will be applied Q3.Tender Closing Date -( 06-Mar-2026 ) Please consider extending the tender closing date by an additional two (2) weeks to allow us sufficient time to prepare and submit a more accurate and competitive bid, considering the scope and complexity of this project.This extension will enable us to thoroughly review the requirements and ensure full compliance with the specifications.Response:Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:44
Edited by:
webservice@unops.org
New clarification added: Clarification No: 40Question:We remain highly committed to participating in this tender and assure you of our best attention to meet your requirements. Therefore in order to ensure that we submit a fully compliant, technically sound, and commercially competitive proposal, we kindly request a one-week extension of the submission deadline. We sincerely appreciate your understanding and look forward to your favorable consideration.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:35
Edited by:
webservice@unops.org
New clarification added: Clarification No: 39Question:Scope is this requirement is something huge. There for we kindly requested to extend the closing date for another Two weeks time.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:32
Edited by:
webservice@unops.org
New clarification added: Clarification No: 38Question: I am writing to formally request a further extension for the UNOPS project. the project is highly complex and requires additional time to ensure that all components are completed thoroughly and to the highest standard. Despite the progress made, the scope and technical details involved require more careful analysis and coordination than initially anticipated. To maintain quality and accuracy in the final deliverables, I kindly request a further extension of two weeks beyond the current deadline. I remain fully committed to completing the project successfully and appreciate your understanding and consideration of this request. Thank you for your continued support.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:30
Edited by:
webservice@unops.org
New clarification added: Clarification No: 37Question: We refer to the Invitation to Bid ITB/2026/61275 – Provision and Maintenance of Local Area Network (LAN) and Structured Cabling System (SCS) in 30 Hospitals Across Sri Lanka. We are currently in the process of preparing our proposal; however, several key technical clarifications and supporting documentation from our principals are still pending. Additionally, the compilation of certain mandatory documents requires further coordination with multiple internal and external stakeholders to ensure full compliance with the tender requirements. In order to submit a complete, accurate, and fully compliant proposal, we kindly request that the submission deadline be extended until 13 March 2026.We assure you that this request is made in good faith and solely with the intention of submitting the highest-quality proposal in line with the standards outlined in the ITB.We would appreciate your consideration of this request and kindly ask to be informed of the revised submission timeline at your earliest convenience.Response: Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-17
Edited on:
27-Feb-2026 15:28
Edited by:
webservice@unops.org
New amendment added #4: Amendment 041. Deadline for bid submission, Deadline for submission of clarifications and Expected contract award date are revised as follows:Deadline for bid submission under General section:2026-03-12, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-04, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-172. BOQ of DGH Negombo has been amended in both Excel and PDF Formats as follows:BOQ Line No: 2.8.4 - description is amended to read as :Layer 3 managed - Access switch (PoE) 24 x 1GbE Copper ports and 4 x 10GbE SFP+ uplink ports (PoE capable).The revised documents for DGH Negombo is now uploaded under the documents section
Edited on:
27-Feb-2026 11:55
Edited by:
webservice@unops.org
New clarification added: Clarification No. 36Question:We refer to the recent clarification responses issued concerning the Gartner report requirement for the Firewall solution.We sincerely appreciate the time and effort taken by UNOPS to address the bidders’ queries. However, we respectfully submit that the responses provided appear to be somewhat general and may not have fully addressed the specific concern raised regarding the Gartner report year referenced in the tender.As highlighted during the clarification stage, the continued reference to an earlier Gartner report year, despite the availability of a more recent edition, may unintentionally give rise to perceptions of limited competition or perceived alignment with a particular OEM/brand. We are confident that this is not the intention, and we trust that UNOPS remains fully committed to maintaining transparency, neutrality, and fair competition throughout the procurement process.We wish to clearly reiterate that we are not requesting any amendment to the technical specifications of the Firewall solution. Our request is limited solely to updating the Gartner report year to the most recent available edition similar to the adjustment that was made for the Wireless Access Point requirement, where the report year was updated from 2024 to 2025. or change it to LEADERS.This is a modest and reasonable request aimed only at ensuring consistency and reflecting the current technology landscape, without altering the scope, performance criteria, or evaluation methodology of the tender.We respectfully request UNOPS to kindly reconsider this matter in the interest of fairness and equal opportunity for all bidders. In the event that the concern remains unresolved, we may consider seeking further clarification through the appropriate channels to ensure transparency and equitable treatment in the process. However, we remain hopeful that this will not be necessary and that the matter can be amicably addressed.Thank you for your continued cooperation and understanding.Response:UNOPS acknowledges the bidder’s request for consistency; however, a distinction must be made between the technology categories referenced. Here, we acknowledge that Gartner’s firewall evaluation methodology has evolved over time, and that the New Hybrid Mesh Firewall Magic Quadrant (2025) reflects a broader category that includes hybrid, cloud, virtualized, and on-premises deployments under a single unified policy fabric.Referencing the 2025 Hybrid Mesh Firewall evaluation could inadvertently favor vendor/brand whose solutions emphasize hybrid/cloud capabilities, which are not required for this customer use case, potentially excluding otherwise fully compliant on-prem / NGFW products and limiting competition.Applying the 2025 Hybrid Mesh report would introduce evaluation criteria that are irrelevant to the tender's technical design and would unfairly penalize vendors who excel in high-performance on-prem hardware but do not focus on mesh-related cloud features.Furthermore, the request to restrict the requirement to 'Leaders only' is rejected. To ensure maximum competition and best value for money, UNOPS will continue to recognize both 'Leaders' and 'Challengers' from the 2022 Network Firewall report.
Edited on:
27-Feb-2026 11:48
Edited by:
webservice@unops.org
New clarification added: Clarification No. 35Question : Can we offer options in a single bid Response: As set out in tender particulars, alternative offers are not accepted
Edited on:
27-Feb-2026 07:02
Edited by:
webservice@unops.org
New clarification added: Clarification No: 34Question: Our AIM solution support both of the topologies,1. On premises server at each hospital providing server facilities at each hospital and2. Central AIM server with web-based monitoring at each hospital. In the Central AIM Server architecture, we host server at a one location and we can provide all the required features at hospital level but, we need internet connection provided at each hospital. Please clarify whether both of these topologies are acceptable?Response:On premises AIM solution required and shall comply with all minimum technical specifications as provided. Furthermore, each hospital shall be equipped with a centralized monitoring system, and each system rack shall include a minimum of one AIM controller.
Edited on:
26-Feb-2026 10:10
Edited by:
webservice@unops.org
New clarification added: Clarification No. 33Question:With reference to the tender documents for the BH Siyabalanduwa Hospital, we wish to inform you that we have observed a possible arithmetic discrepancy in the calculation sheet.We kindly request you to review the relevant calculation sheet and verify the quantities indicated therein. Thank you.Response: Please note that the calculation sheet for BH Siyabalanduwa Hospital is prepared on a rack-wise basis. The first three columns (CSW 1&2, WLAN & Firewall & ASW1) present the detailed calculations that are totalled and shown under column named "Sever rack @ OPD". The totals are considered and finalized at the Rack-level Bill of Materials (BoM). We do not observe a possible arithmetic discrepancy in the calculation sheet.
Edited on:
26-Feb-2026 08:10
Edited by:
webservice@unops.org
New amendment added #3: Amendment 03:The ITB shall be amended to reflect the following:1. The following amendment have been made to the documents named "Active Components Specifications" provided in the folder Schedule 3.2 [Technical Specifications]_ITB-2026-61275-R1 Item 8. Wireless Access PointSpecification Line No: 37 changed to read asShould be in Leader or Challenger in Magic Quadrant for Enterprise Wired and Wireless LAN Infrastructure as of June 20252. The following amendment have been made to the documents named "Technical Bid Form 01 - Active Components" provided in the folder Schedule 4.10 [Technical Bid Form]_ITB-2026-61275_R1Item 8. Wireless Access PointSpecification Line No: 38 changed to read asShould be in Leader or Challenger in Magic Quadrant for Enterprise Wired and Wireless LAN Infrastructure as of June 2025
Edited on:
26-Feb-2026 07:50
Edited by:
webservice@unops.org
New clarification added: Clarification No. 32Question: We have noticed few arithmetic errors in several BOQs. Please advice whether to correct them by ourselves or follow same formatResponse: Response:The Bidder is fully responsible for verifying and finalizing all arithmetic corrections in the BOQs. The Bid Price is a critical component of this tender process; therefore, it must be submitted free from any arithmetic errors. Accordingly, the Bidder shall ensure correct multiplication of quantities by unit rates to derive accurate amounts, verify the addition of item amounts within each page, apply page-wise carry forward and brought forward amounts where applicable, confirm building-wise or rack-wise totals, as required, transfer totals accurately to the hospital-wise summary, complete the grand summary correctly and include and account for all applicable additions, adjustments, or deductions as specified in the tender documents.The final submitted bid must reflect a properly calculated and error-free Accepted Contract Amount. Any arithmetic discrepancies identified during evaluation will be handled in accordance with the tender provisions.
Edited on:
26-Feb-2026 07:09
Edited by:
webservice@unops.org
New clarification added: Clarification No. 31Question : As we note that the upload limit is restricted to 20 MB per tab, certain documents such as datasheets, BOQs, Technical Specifications and other supporting materials may exceed this capacity. Therefore, we kindly request that the total submission size be increased to 1 GB for the overall submission.Response: Maximum file size for uploading is 20MB under the document checklist tab in the eSOURCING platform. However system allows to upload multiple files not exceeding 20MB per file. We kindly request bidders to start uploading earlier to avoid encountering issues at submission deadline.
Edited on:
26-Feb-2026 06:42
Edited by:
webservice@unops.org
New clarification added: Clarification No. 30Q1. In the BOQ and Drawings it is mentioned as PVC Conduits and casing to use as coverings for CAT6 & fiber cables. But in the specification it is mentioned to use uPVC conduits and casing. Please clarify?Response : The technical requirements shall be governed by the Specifications. All items must strictly comply with the Specification requirements. Accordingly, the Contractor shall follow the Specification provisions line by line when executing the BOQ items. In this context, the reference to “PVC” in the BOQ and drawings shall be interpreted as uPVC, as specified in the technical specifications. Therefore, uPVC conduits and casing shall be used for CAT6A and fiber optic cable installations.Q2. There are some qty mismatches in issued drawings , BOM and BOQ. Please clarify which one to follow.Response:The BOQ shall be considered the governing document for tender evaluation, contract award, and payment certification purposes.Accordingly, the BOQ quantities shall be treated as the contractual quantities for pricing and payment.Q3. We would appreciate it if you could grant us an extension of another three working days.Response: A two-week extension has already been granted for this ITB. The request for an additional extension of three (03) working days cannot be accommodated at this stage.
Edited on:
26-Feb-2026 05:58
Edited by:
webservice@unops.org
New clarification added: Clarification No 29With reference to the tender, we have reviewed the published notice and available documents. However, we were unable to locate:1. A prescribed format/template for the Manufacturer’s Authorization Letter (MAL), and2. Any specific addressee’s name or address to whom the MAL should be addressed.Kindly clarify whether a specific format is required for the MAL submission and confirm the correct addressee details to be used in the letter.Response:1. The bidder should submit a Manufacturer’s Authorization Letter (MAL) addressed to UNOPS, where the manufacturer authorises the bidder to submit a bid under this Tender (ITB/2026/61275) for the purpose of which is to provide the goods (for which this MAL is provided for) manufactured by the manufacturer, and to subsequently negotiate and sign the contract. Manufacturer shall also confirm to extend their full gurantees and warranty in accordance with the technical specifications of the goods offered.2. Addressed to "UNOPS"
Edited on:
25-Feb-2026 13:36
Edited by:
webservice@unops.org
New clarification added: Clarification No 28Clarification Request with reference to 1KVA UPS & 2KVA UPSTender Specification Iine No. 25Are you referring to a Manual bypass switch for maintenance purpose?If yes, Most of UPS manufacturers provide inbuilt manual maintenance bypass switches only for 5kVA and above ups models and therefore not available in the 1KVA and 2 KVA UPS modules. However, there are small size UPSs which include automatic bypass, internal bypass, and a button-driven bypass function that operates the bypass function. Will that be accepted?Response: Manual bypass is required. Bidders are required to specify how this will complied with.Tender Specification Iine No. 29Hot-swappable battery functionality is not available for small-capacity UPS units (1KVA and 2KVA). However, during live operation, after transferring the load to bypass mode and isolating the battery circuit, the batteries can be replaced without shutting down the UPS. Please -re-confirm the Hot-swappable requirement.Response: The hot swappable battery capability is a mandatory customer requirement. The customer requires that battery replacement be carried out without interrupting UPS operation.
Edited on:
25-Feb-2026 13:19
Edited by:
webservice@unops.org
New clarification added: Clarification No 27In your reply to “Question 5, (5.3) under “Clarification No 8”,UNOPS Response: Bidders shall ensure that all proposed wired (core and access) and wireless (WLAN controller and WAP) systems/solutions are aligned with vendors positioned as Leaders or Challengers in the Gartner Magic Quadrant for “Enterprise Wired and Wireless LAN Infrastructure", published in June 2025.We note and appreciate that the requirement for wireless infrastructure has been updated from 2024 to align with the latest Gartner Magic Quadrant (2025).Why this cannot be applied to Firewall? You have agreed to change Wireless to the latest Gartner 2025 but not for Firewall. Can you please explain? Isn’t that your network is like a latest BMW car with new technology and features but having an old 90s engine?Accordingly, we respectfully request that the firewall requirement also be updated to reference the latest Gartner Magic Quadrant (2025), in line with the approach already adopted for wired and wireless infrastructure.We do understand by doing this a particular brand/OEM could go out of the competition. If so why don’t you consider a named RFP as requested ealier.Response: The 2025 Gartner Magic Quadrants for firewalls is a fundamental shift in naming and scope: Gartner has transitioned from the "Network Firewalls" category to "Hybrid Mesh Firewalls". Client requirement is not for a hybrid mesh firewall. Therefore, reference has been made to vendors positioned as leaders and challengers in the last gartner quadrant for "Network Firewall" (published in Yr 2022) . Please propose products that meet the minimum specifications provided. The specificiations have been developed to meet client requirement.All proposed firewall equipment must be current-generation hardware with manufacturer warranty of 5 years and should cover 5 year principal support with a four hours guaranteed response (Subscription-based licenses) as set out in the specifications.Please propose products that meet the minimum specifications provided. The specificiations have been developed to meet client requirement.
Edited on:
25-Feb-2026 13:15
Edited by:
webservice@unops.org
New clarification added: Clarification No: 26We respectfully seek more clarity and clarification regarding a possible inconsistency in the response you provided to an earlier query .In your reply to “Question 3, (3.1) under “Clarification No 8”, it is stated that “all proposed firewall equipment must be current-generation hardware.” However, the Gartner reference cited appears to be based on research that is approximately 4 years old. Given the pace at which cybersecurity technologies evolve, relying on an older evaluation framework may not fully reflect the present market landscape or the most recent architectural developments. The industry has since progressed toward models such as the Hybrid Mesh Firewall approach, which represents a more modern and adaptive security architecture compared to traditional firewall classifications assessed in earlier reports. By way of analogy, making a clinical decision based on a medical report from several years ago may not accurately represent a patient’s current condition. Similarly, referencing older research could unintentionally limit consideration of advanced, contemporary solutions. This is particularly relevant given the Ministry of Health’s ongoing digital transformation initiatives, where alignment with up-to-date cybersecurity standards would be essential to ensure long-term resilience, scalability, and protection. We therefore respectfully request clarification on whether you require the current generation firewall technology with a 4 year old Gartner 2022 positioning or current generation firewall technology with latest Gartner 2025 to be met.Response: This is a client requirement, please comply with the specifications as provided. Further, the bidder shall propose a firewall appliance that satisfies the minimum hardware/software specifications defined by the client for a current-generation hardware. Which is refer to, proposed appliance must have a valid warranty and ongoing support during the entire term of the declared warranty and SLA. Specifically, the product shall not be End of Life (EOL) or End of Support (EOS) at any point within the warranty duration and the SLA term.
Edited on:
25-Feb-2026 13:12
Edited by:
webservice@unops.org
New clarification added: Clarification No: 25MOH Clarifications: for HIQI DIGITALIZATION PROJECTSTRUCTURED CABLING SYSTEM (SCS) AND LOCAL AREA NETWORK (LAN) TenderAccess Switches: Switch Type 1 and 2• Line items 26-37,49,55Are all the mentioned routing features, OSPF/BGP/RIP, and other L3 requirements, needed or should it be only to support? It is highly irregular that an access switch would need such advance dynamic routing features. Whether these protocols are needed or not in the planned environment we can plan the deployment accordingly. If yes, please share the topology and AS numbers for planning the configurations. Requesting a re-evaluation of this requirement. This would increase the readiness to deploy the solution in a timely manner. • Line item 41Packet filtering is expected in the Core layer. This is not a requirement on the access layer. MAC based filtering would be a much-suited security feature for the access layer. Please consider amending the clause. • Line Item 43The clause “Support NAC feature” is this requirement to integrate with a NAC or is NAC features expected from the switch? Usually, in a proper network environment, NAC is a separate device with posture checks done on connecting devices and complements the network infrastructure. NAC is usually run as a separate device to ensure that the switching infrastructure is functioning as needed.• Line items 53-55As per the provided network diagram, it is visible that VxLAN infrastructure is not considered. For example, most switches are not getting the uplink from the core switch but rather the closest access switch. If the distance is a factor for this it would be better if the BOQ should include single mode long range fiber SFPP and supporting cable infrastructure. We would link to request to remove any unnecessary clauses that are irrelevant to the requirement of the RFP. Core Switch: Switch type 3 and 4• Line Item 6What is the need for 6x 40G QSFP interfaces on the core level. There is no reference for such in the network diagram. Even if the Upstream connectivity to the firewall is 40Gbps, the Threat Prevention throughput of the requested firewall (as per firewall technical specifications) will not be enough to handle the total bandwidth.Further, there are no specified upstream devices in any of the technical specification that would require 40G interfaces. As per the BOQ, 40G is needed for stacking. If this is the only requirement for 40G ports, please amend the quantity to reflect the actual requirement of 2 nos of 40G interfaces.BOQ requesting QSFP+ Tech-sheet requesting SFP (assuming it is a typo). As per industry standard 40G interfaces are QSFP+. Please amend this clause as it will be difficult to comply with a ‘yes’ for this requirement.• Line item 23-32 and 44Are all the mentioned routing features, OSPF/BGP/RIP, and other L3 requirements, needed or should it be only to support? Whether these protocols are needed or not in the planned environment we can plan the deployment accordingly. If yes, please share the topology and AS numbers for planning the configurations. Requesting a re-evaluation of this requirement. This would increase the readiness to deploy the solution in a timely manner. • Line item 38The clause “Support NAC feature” is this requirement to integrate with a NAC or is NAC features expected from the switch? Usually, in a proper network environment, NAC is a separate device with posture checks done on connecting devices and complements the network infrastructure. NAC is usually run as a separate device to ensure that the switching infrastructure is functioning as needed.• Line item 47In a proper normal core level environment having more than 4 devices in a stack cluster is not needed. An 8-member stack is beneficial if there is a high density of users in an access layer within the network. Further as per the diagrams and BOMs shared for the project, it only mentions a 2-device stack. Please clarify this requirement to meet expectations. • Line Item 49-51As per the provided network diagram, it is visible that VxLAN infrastructure is not considered. For example, most switches are not getting the uplink from the core switch but rather the closest access switch. If the distance is a factor for this it would be better if the BOQ should include single mode long range fiber SFPP and supporting cable infrastructure. We would link to request to remove any unnecessary clauses that are irrelevant to the requirement, from the RFP. Network Firewall: • Line Item 44The RFP is requesting the Gartner report of 2022 for network firewalls. Gartner as a global research and advisory company that provides insights, analysis, and consulting services to help business and technology leaders make informed decisions. Therefore, to stay current with the advancements of technologies, Gartner changes the evaluation process to align with the new advancement in firewalls and network security technologies. The latest Firewall Gartner evaluation report is the Gartner Magic Quadrant for Hybrid Mesh Firewall report released July 2025 to align with ZTNA and SASE/SD-WAN as per technology in the industry. By requesting an older evaluation report, you are forgoing advancements in technology in the industry, and it would appear to be favoring certain vendors. We would like to request an amendment to the RFP clause to consider 2025 report (latest available report) rather than a 4-year-old report.• Line Item 12What is the requirement of having 3000 client IPsec Tunnels? Will there be 3000 clients connecting simultaneously? If so, the firewall is not sized accordingly. For example, 1 user might utilize 1Mbps of bandwidth per tunnel and it would total 3,000Mbps. RFP requirement states that firewall should have a Threat Prevention throughput is 0.8Gbps. The specified client IPSec count is impractical in this scenario. Please specify the exact count of concurrent client connections. This clause appears as if taken from a datasheet of a firewall vendor.Response: This matter has already been addressed.
Edited on:
25-Feb-2026 13:10
Edited by:
webservice@unops.org
New clarification added: Clarification No 24:WLAN Controller:Is a hardware controller a must to be proposed? The provided specification is favored towards hardware controller. The requirement is to control the APs, may it be a centralized platforms such as VM, Cloud or Physical, Switch or Firewall based controller, shouldn’t the best solution be a cost-effective option which facilitates the requirement of controlling and monitoring the wireless network fully? With the requested hardware features, it possess a limitation and it would be an unfair evaluation of all the Gartner Leaders and Challengers.While we fully respect the project committee’s requirement for a hardware-based WLAN controller solution, we believe that deploying 30 separate de-centralized hardware Wireless LAN Controllers (WLC) with a non-High Availability configuration introduces significant operational and project risks that should be carefully reconsidered. Managing, configuring, patching, and monitoring 30 individual physical appliances would require substantially more time, resources, and ongoing effort, increasing the likelihood of configuration errors, inconsistent policies, and prolonged deployment timelines. Each controller would become an independent point of failure with no built-in high availability, potentially leading to site-level outages and fragmented visibility across the organization.In contrast, a modern cloud based centralized controller (such as HPE Juniper Mist, HPE Aruba Central, Cisco Meraki, Huawei CloudCampus or FortiManager Cloud) delivers a single intelligent dashboard for the entire enterprise, enabling unified policy management, real-time operational insights, troubleshooting advantages, and consistent security across all locations. Deployment is dramatically faster through Zero-Touch Provisioning and configuration templates, allowing the project to be completed in a much shorter timeframe with significantly lower risk. Cloud architecture also eliminates the need for rack space, power, cooling, and spare hardware for controllers, while providing built-in high availability, automatic updates, and elastic scaling to deliver both faster go-live and lower long-term operational costs.We therefore strongly recommend evaluating a cloud-based WLAN management platform as a superior, future-proof alternative that aligns with the organization’s goals of operational efficiency, visibility, and accelerated project delivery.Response: This matter has already been addressed.• Line Item 9 and 13The AC should support static routes, OSPF, BGP, routing policies, and PBR. Provides links and screenshots on the official website & The AC should support Dynamic routing protocols that support IPv6: OSPFV2 and/or higher versions - This is needed when the controller functions as a gateway for the network in Core capacity. If so, what is the reason for a core switch in the network? Or is the RFP constructed in a way that the Core Switch would be acting as a WLC?Response: This matter has already been addressed. Please note that this document is an Invitation to Bid (ITB) document, and not a Request for Proposal (RFP).• Line Item 18 and 19The AC should be able to provide protection mechanisms against threats. support for IPS and against Viruses will be an additional advantage & The AC should support intrusion prevention, detection, and termination. (Including buffer overflow attacks, Trojan horses, and worms) - If this is needed on a Network controller level, what is the reason for requesting same on firewall? Or is this requirement requested only for firewalls that would be able to act as WLC?Response: This matter has already been addressed.The above 4 points indicate that a certain vendor/s was considered when considering the requirements. Please amend these points to reflect an open and fair evaluation of the WLC for this government tender.Response: This matter has already been addressed.UNOPS is committed to ensuring an open and fair competition for all vendors and system integrators. If you believe that any specific requirement creates bias or that only a particular vendor can meet the minimum requirement, please provide the vendor name, the particular feature or clause, and the supporting evidence. TEC (techical evaluation committee) will review and revise the requirement as necessary to maintain neutrality, ensure equal eligibility for all vendors, and uphold a transparent procurement process.Note: This WLC technical specification does not include any security features related to wireless such as rouge AP detection and honeypot SSID detection. It would be best to request wireless protection features rather than requesting firewall features from a wireless standpointResponse: Please comply with the specifications as provided.Wireless Access point:• Line Item 5In the RFP AP requires POE++ but the access layer switches are only requesting at MAX POE+. This is a contradiction on AP requirements. Please amend either Access Switches to support POE++ or reduce the AP power requirement.Response: This matter has already been addressed.• Line Item 9Access Point shall support application visibility and control - This should be a requirement of the WLC as it is a requirement of management and configuration. It is highly unlikely that in WLC environment that application visibility should be on the AP.Response: This matter has already been addressed.• Line Item 37The 2025 Gartner report is requested for Network switches and WLC requested and 2024 report for Wireless? Both go hand in hand as Enterprise Wired and Wireless LAN Infrastructure. Shouldn’t the latest Gartner report be considered for a fair assessment?Response: This matter has already been addressed.• Line Item 12The IoT connectors are found in older model APs whereas newer APs have this scanning and IoT connectivity support inbuilt. Was the RFP created using an older model AP datasheet as a reference or does the referred OEM does not possess any AP with newer technology?Further as per latest standards, OEM all the Gartner Leader and Challenger categoryPlease confirm if these in-built services would suffice to meet the requirements. If yes, please amend the RFP accordingly.Note: Shouldn’t this Technical specification of AP include that an AP should have an inbuilt dedicated radio for any scanning feature related to improvements of wireless communications and security such as WIPS and honeypot detections?Response: This matter has already been addressed. The technical specifications have been prepared by the client based on their functional and operational requirements. They are not limited to, nor derived from, any specific OEM or bidder’s requirements.Please note that this document is an Invitation to Bid (ITB) document, and not a Request for Proposal (RFP).10G SR MM SFP+ Optical Transceiver 10 Gbps• Line item 510G SFPP is requested from Network OEM for 3rd party devices. This won’t ensure that it will be compatible, it would be best to request the same 10G SFPP specification from the respective device OEM or recommended equivalent. If not, it would indicate that the Network and the other 3rd party devices (NAS and UPS) should be proposed from the Same OEM vendorResponse: This matter has already been addressed.
Edited on:
25-Feb-2026 13:08
Edited by:
webservice@unops.org
New clarification added: Clarification 23:This clarification request is with reference to “Encrypted Traffic Analysis (ETA)” and “Encrypted Communication Analysis (ECA)” which is mentioned in:· Switch Type 01 – Enterprise-grade Layer 3 Access, Line No. 47· Switch Type 02 – Enterprise-grade Layer 3 Access, Line No. 47· Switch Type 03 – Enterprise-grade Layer 3 Core, Line No. 42· Switch Type 03 – Enterprise-grade Layer 3 Core, Line No. 42We seek your answers on the requirement of ETA and ECA features requested in the technical bid.1. ETA and Proprietary Naturea. The requirement for Encrypted Traffic Analysis appears to reference a technology that is not defined as an open industry standard in IEEE, IETF, or similar networking standards bodies.b. In the networking industry, Cisco’s Encrypted Traffic Analytics (ETA) is a proprietary feature tied to Cisco platforms and Cisco Secure Network Analytics (formerly Stealthwatch). ETA uses machine learning and metadata such as initial data packet characteristics and flow metrics to detect threats without decrypting payloads — and this capability is implemented specifically with Cisco hardware and software integration.c. There is no evidence from recognized standards organizations that ETA is a universally standardized protocol or requirement for network switching products outside specific vendor ecosystems.2. ECA / Industry Standard Clarificationa. The terminology “Encrypted Communication Analysis (ECA)” as used in the technical specifications is not a recognized industry standard in itself (e.g., defined by IEEE or IETF registry), and appears to align with proprietary implementations like Cisco ETA.b. If the intent is to enable encrypted traffic telemetry for security analysis, this could be achieved by commonly adopted export standards such as NetFlow, IPFIX, or similar flow export technologies, which are widely supported across vendors. Therefore, we request confirmation on whether the ETA/ECA requirement is intended to mandate a Cisco-specific solution or whether alternative mechanisms (e.g., flow export for traffic analysis to third-party tools like IPFIX/NetFlow/SFlow) are acceptable.We therefore request confirmation on whether:c. A requirement such as NetFlow/IPFIX export for traffic analysis would be considered compliant, andd. The procurement expects vendor lock-in to Cisco’s proprietary ETA/ECA, or if non-Cisco alternatives that offer equivalent encrypted traffic visibility through open standards are acceptable.Response: A requirement such as NetFlow/IPFIX or an equivalent method of traffic export for analysis would be considered complaint
Edited on:
25-Feb-2026 13:05
Edited by:
webservice@unops.org
New clarification added: As we understand that all letters should be addressed to UNOPS, we kindly request your advice on whom they should be directed to. Should they be addressed to a particular individual (such as the Chairman/Director), and could you please confirm the designation as well?Response: Please adhere to the templates provided. Any specific letter can be addressed to UNOPS, Sri Lanka. No designation is required.
Edited on:
23-Feb-2026 11:39
Edited by:
webservice@unops.org
New clarification added: Clarification 22:With reference to the active component technical specifications and Technical Bid Form 03 (Warranty and SLA), we kindly request clarification on the warranty scope, RMA time window, and SLA alignment.1. Warranty and RMA Time WindowThe active component specification states:“Product should cover 5-year principal support with a four-hour guaranteed response (subscription-based license)”“Original Equipment Manufacturers / authorized distributors should maintain designated part depot locally on a 24x7 basis.”However, there is no explicit confirmation whether the required RMA window is: Next Business Day (NBD), or 24x7x4 hours hardware replacement.The above clauses refer to response and depot availability but do not clearly define the hardware replacement time commitment.Response: Refer to the section of the tender document titled ‘3. Warranty, Service Levels, Implementation, Commissioning & Testing’, it is noted that Clause “3.2 – Service Levels within the Warranty Period” shall be complied with as a minimum client requirement.2. SLA Requirement vs Practical Recovery TimelineTechnical Bid Form 03 implies that critical issues must be neutralized within 24 hours, including:Physical/remote attendance of a support engineer, and Restoration of MOH systems to normal operational status (hospital systems operating as usual), Including travel time if required.Given that the project covers 30 hospitals islandwide, many located outside the Colombo region, the warranty/RMA window becomes a critical operational factor.Even if a 24x7x4 response model is assumed, this may not be sufficient to fully restore major outages within 24 hours, particularly where:Certain critical components are not specified with high availability (HA), and Travel and availability of replacement equipment constraints apply.Response: All selected 30 hospitals across the island operate as mission critical facilities, delivering essential medical services without interruption. Accordingly, the client requires enterprise grade active network equipment included in an automated infrastructure management solution for passive components.3. Spare Strategy RequirementTo realistically comply with the stated SLA, bidders may need to maintain:On-site spares at hospital locations, and/or Strategically located off-site spare stock.However, the RFP does not clearly define whether this is mandatory or the minimum quantity required.Therefore, in order to ensure fairness and equal bidding conditions, we respectfully request the Procuring Entity to:Clearly define the required hardware RMA time window (NBD or 24x7x4), and Confirm whether bidders are required to maintain on-site and/or off-site spare units, and the minimum expectations to comply with the 24-hour SLA restoration requirement.Response: Bidders are not permitted to maintain or store their spare units on site. Bidders may take neccessary measures to meet the specified service levels.
Edited on:
23-Feb-2026 11:35
Edited by:
webservice@unops.org
New clarification added: Clarification 21:1. What is the Installation & commissioning time schedule for each hospital on completion priority basis? Response: The Bidder shall develop and submit a detailed implementation programme covering the full project duration of five (5) months, ensuring the completion, testing, commissioning, and handover of all hospitals within this period. The Bidder shall ensure that all sub-activities and milestone dates are clearly identified and logically sequenced to achieve timely completion.2. If the Installation & commissioning time schedule is approached phased wisely, what will be the hospital list breakdown accordingly? Responce: The Bidder shall prepare and submit a detailed hospital-wise breakdown aligned with the phased implementation strategy. The Bidder shall ensure that the phased breakdown is integrated into the Detailed Programme of Implementation, demonstrating logical sequencing and efficient utilization of resources to achieve completion of all hospitals within the stipulated project duration.3. What is the Warranty initiation for active hardware upon completion of UAT of hospital:a. whether Completion of each hospitalb. whether Completion of each phasec. whether Completion of the entire projectResponce: The warranty period for active hardware shall commence from the date of the formal Handing Over and Taking Over of the respective works per hospital, as confirmed by the issuance of the Final Completion Certificate, in accordance with the contract provisions.4. What is the Warranty initiation for active software upon completion of UAT of hospital:a. whether Completion of each hospitalb. whether Completion of each phasec. whether Completion of the entire projectResponce: The warranty period shall commence from the date of the formal Handing Over and Taking Over of the respective works per hospital, as confirmed by the issuance of the Final Completion Certificate, in accordance with the contract provisions.5. How to consider and manage the Hospital-side dependencies for the project (eg: location availability, power availability, emergency procedure considerations).Response: The Bidder shall review and comply with the requirements specified in “Schedule 2: Project Specific Information” and all related contract documents. Further work areas shall be pre-planned in advance, and the Bidder shall obtain the necessary approvals from the respective hospital authorities prior to commencing any installation activities. The Bidder shall also make provision for the supply of temporary electricity required for the execution of the works, where applicable, as included in the Bill of Quantities (BoQ). etc.6. What is the UAT procedure from the customer (UNOPS) side and resource allocation to covera. active hardwareb. softwarec. passive installationd. passive hardwareResponse: The selected contractor will be requested to submit a detailed User Acceptance Test (UAT) document upon award, prepared in accordance with standard testing procedures and compliance requirements applicable to the proposed products, components, and solutions, as recommended by the manufacturer and/or a recognized third party entityUpon submitting, UNOPS and MoH will review the submitted UAT document and finalize it in alignment with the contractor's proposed solution.A separate UAT shall be conducted for each hospital coloboratively, and the client will provide confirmation once the LAN solution is ready for production.7. What is the Contingency time buffer for installation & commissioning for each hospital, and delivery delay consideration from UNOPS?Responce: The Bidder shall plan and execute the works within the specified Construction Period or Time for Completion, as defined in the Contract. The completion period shall not be extended unless a formal request is submitted with proper justification.8. Does Supplier needs to size the AIM (Automated Infrastructure Management) for hardware specifications and what is the required warranty and AMC period for that hardware? Response: The Bidder shall provide a minimum of five (5) years manufacturer’s warranty for all active components specified in the document, and a twenty five (25) year manufacturer’s performance warranty for the structured cabling system, including AIM. All other components and materials shall carry the required warranty in accordance with the specifications provided.9. If the bid is proceeded as a JV architecture, considering the certifications, who will be the front-ending partner (bid submission partner)? Need a clarity on whether the front ending partner needs a CIDA certification or any other partner under JV.Response: Please refer 'Evaluation method details' under 'Tender Particulars' tab10. What is the JV declaration format?Response: Please refer Schedule 0.3 under Section VI: Returnable Schedules11. What are the JV preconditions & background documents required?Response: Please refer Section II: Evaluation Method and Criteria12. How to present the 5 year AMC period commercials, yearly or bundled all together in year 1?Response: Bidder may choose to provide details yearly or bundled. If submitted as a total cost (bundled), UNOPS reserves the right to request for yearly breakdown if the bidder is recommended for price resonableness assessment.13. If yearly, 2nd year to 5th year can the supplier share the pricing in USD?Response: The bid currency is LKR14. Do we need to submit the technical bid and commercial bid separately? (two envelops)Response: No15. Please confirm whether there is an approved material supplier list for the passive infrastructure development work? Response: There is no predefined list of approved material suppliers.16. Please advise on the mechanism to address any variations that may arise due to additional civil work during the implementation stage, which are not covered under the BOQ items.Responce: Any variations arising during the implementation stage, including additional civil works not covered under the Bill of Quantities (BoQ), shall be managed in accordance with the provisions of the General Conditions of Contract (GCC)17. Kindly share clear schematic diagrams or any other measurable drawings (CAD files), including distance details, for accurate planning and estimation.Response : The Bidder is advised to refer to the hospital-wise calculation sheets provided as part of the bidding documents.18. We respectfully request a two-week extension to the tender submission deadline to ensure a comprehensive and accurate proposal.Response: The revised submission deadline is March 6, 2026.
Edited on:
23-Feb-2026 11:33
Edited by:
webservice@unops.org
New clarification added: Clarification 20:The patch cords requested are not intelligent patch cords.- If intelligent patch cords are not used, how can MAC activities that are carried out, be verified that such activities are correct? When implementing the solution, of course the relevant installer will mostly likely install the correct patch cord. This is true even for a normal passive, unintelligent implementation as well because it’s quite straightforward. However, one of the key areas where intelligent solutions shine and become extremely useful is during maintenance, where MAC activities need to be carried out. This is because an intelligent solution automates the work order and allows the generation of electronic work orders for MAC activities. This is a key requested feature of the solution as well (as per the compliance sheet). However, without the use of intelligent patch cords, the full potential of a full intelligent solution cannot be achieved, and it ends up being a “half” intelligent solution. This point is better explained through the examples mentioned below. Let’s say we have a MAC activity to be done in the following week on Friday. We can schedule an electronic work order specifying the date/time and the port of a specific patch panel where the MAC activity needs to be carried out which in turn generates an alarm on that specific port of the patch panel (using LEDs). If the MAC activity is carried out without an intelligent patch cord and the technician carrying out the activity makes a mistake of using a CAT6 patch cord instead of a CAT6A patch cord how will the AIM software detect this mistake/error without the use of an intelligent patch cord which has the “9th element"? The 9th element could be in the form of RFID or a 9th pin or 10th pin, etc. However, an intelligent patch cord IS REQUIRED to detect such a mistake, without which the AIM solution will mark the activity as completed and remove the alarm regardless of the error. However, if the same mistake happens where an intelligent patch cord is used, the AIM system will detect the error and continue to generate the alert which will be visible to the technician prompting him/her to rectify the issue. Similarly, let’s say the patch cord has an insertion cycle of 750 times. The more the patch cord is removed and re-inserted, it would cause an increase in signal degradation considerably. If a MAC activity is scheduled and carried out with a patch cord with an already high insertion cycle, how can the AIM solution detect this without the intelligent element and generate the alarm? Instead, in both scenarios we have to depend on the technician which negates the purpose of implementing an intelligent solution. Therefore, an intelligent solution without intelligent patch cords ends up being a half intelligent solution that requires dependency of the technician. As such, we kindly request you amend your requirement to implement intelligent patch cords, at least at the rack side, because without this, the whole application of the true intelligent solution is lost as the system will lack the “intelligence” aspect if it cannot detect such issues.Response: In the technical specifications for Passive components and Automated Infrastructure Management (AIM), the following general note is indicated:“The bidder shall consider the automated infrastructure management (AIM) solution at the passive level based on the provided minimum requirements. Furthermore, the bidder shall include the costing for all necessary components required for this AIM solution and share the details with specifications. The bidder shall also clearly indicate which components are replacing items already included in the BoQ if applicable, in order to avoid duplication.”If the bidder requires any additional items (active or passive) to meet the client’s minimum specifications (e.g., intelligent patch cords or any ) for the AIM solution, such items shall be included under ‘Any Other Items’ in the Bill of Quantities (BoQ) supported with brochures.The bidders shall submit a comprehensive technical write‑up detailing the system architecture and solution design (each hospital) for the AIM solution. The selected bidder shall also present a Proof of Concept (PoC) for the AIM solution upon award.
Edited on:
23-Feb-2026 10:14
Edited by:
webservice@unops.org
New clarification added: Clarificatio 19:Access Switches: Switch Type 1 and 2Line Item 43The clause “Support NAC feature” is this requirement to integrate with a NAC or is NAC features expected from the switch? Usually, in a proper network environment, NAC is a separate device.Response: Access switch shall provide built-in NAC capabilities. Network Access Control, which ensures that only authorized devices connect to the edge network, is a required feature specified by the client. Please comply with the specifications as provided.Core Switch: Switch type 3 and 4Line Item 6What is the need for 6x 40G QSFP interfaces on the core level. There is no reference for such in the network diagram. Even if the Upstream connectivity to the firewall is 40Gbps, the TP throughput of the firewall will not be enough to handle the total bandwidth.Response: Please comply with the specifications as provided.Further, there are no specified upstream devices that require 40G interfaces. As per the BOQ, 40G is needed for stacking. If this is the only requirement for 40G ports, please amend the quantity to reflect the actual requirement of 2 nos of 40G interfaces.Response: The BOQ and network diagram qty presently indicate two (2) 40G QSFP+ ports (with no aggregation or firewall clustering). For core level design, the client requires six (6) 40G QSFP+ ports to accommodate ensuring resiliency and future proofing.BOQ requesting QSFP+ Tech-sheet requesting SFP. Please amend.Response: 40G QSFP+ mentioned in the BoQ is equivelent to 40G SFP in the Technical specificationsLine item 38The clause “Support NAC feature” is this requirement to integrate with a NAC or is NAC features expected from the switch? Usually, in a proper network environment, NAC is a separate device with posture checks done on connecting devices and complements the network infrastructure.Response: Please comply with the specifications as provided.Line item 47In a proper normal core level environment having more than 4 devices in a stack cluster is not needed. An 8-member stack is beneficial if there is a high density of users in an access layer within a network. Further as per the diagrams and BOMs shared for the project, it only mentions a 2-device stack. Please clarify this requirement to meet expectations.Response: This requirement has been defined by the client. Please comply with the specifications as provided.Line Item 49-51As per the provided network diagram, it is visible that VxLAN infrastructure is not considered. Please specify the need for VxLAN requirement if any that is requested.Response: Please comply with the specifications as provided.Firewall: Line Item 12What is the requirement of having 3000 client IPsec Tunnels? Will there be 3000 clients connecting simultaneously? Response : Please comply with the specifications as provided.For example, 1 user might utilize 1Mbps of bandwidth per tunnel and it would total 3000Mbps. RFP requirement states that TP throughput is 0.8Gbps. The specified client IPSec count is impractical in this scenario. Please specify the exact count of client connections.Response : The client requirement is that the threat prevention throughput shall be equal to or greater than 0.8 Gbps (≥ 0.8 Gbps). Please comply with the specifications as provided.WLAN Controller:Is a hardware controller a must to be proposed? The provided specification is favored towards hardware controller. The requirement is to control the APs, may it be a VM, Physical, Cloud, Switch or Firewall based controller, shouldn’t the best solution be a cost-effective option which facilitates the requirement fully? With the requested hardware features, it possess a limitation.Response: Please comply with the provided specifications.10G SR MM SFP+ Optical Transceiver 10 Gbps10G SFPP is requested from Network OEM for 3rd party devices. This won’t ensure that it will be compatible, it would be best to request the same 10G SFPP specification from the respective device OEM or recommended equivalent. If not, it would indicate that the Network and the other 3rd party devices are for the Same vendor. 10G SR MM SFP+ optical transceiver modules shall be sourced from a same manufacturer. (If required, ordered information shall be provided upon request for verification) Specifically, proposed active device transceiver’s (e.g., firewall, WLAN controller, core switch, access switch) should be listed in the manufacturer's official brochure as recommended to pluggable. With reference to the provided calculation sheet, kindly see below1. 1G SFP RJ45 Transceiver modules for Sever's, NAS & UPS - The 1G SFP RJ45 transceiver modules shall be fully compatible with the proposed core switch and must be from the same manufacturer as the core switch.2. 10G SFP+ Transceiver modules for both Access switches & Core switches - The 10G SFP+ transceiver modules shall be fully compatible on both ends with the proposed access and core switches and must be from the same manufacturer as the access and core switches.3. 10G SFP+ Transceiver modules for Sever's, NAS & UPS - The 10G SFP+ Transceiver modules shall be fully compatible with the proposed core switch and must be from the same manufacturer as the core switch.4. 10G SFP+ Transceiver modules for Wireless LAN Controller & Firewall - The 10G SFP+ transceiver modules shall be fully compatible with the proposed Wireless LAN Controller & Firewall and must be from the same manufacturer.
Edited on:
23-Feb-2026 10:12
Edited by:
webservice@unops.org
New clarification added: Clarificatio 18:Access Layer1. The specification requires dynamic routing protocols (BGP, OSPF, RIP) along with static routing support on access layer switches. Kindly clarify the technical justification for enabling such routing protocols at the access layer, as this is typically not required in standard access network designs.Response: This is a client requirement, please comply with the specifications as provided.2. The specification requires support for VXLAN and BGP EVPN on access layer switches. Kindly clarify the technical justification for implementing overlay-based network virtualization at the access layer, as such technologies are typically deployed in data center spine-leaf or campus fabric architectures rather than in conventional access layer designs.Response: This is a client requirement, please comply with the specifications as provided.3. The specification mandates support for at least 32K IPv4 route entries and 8K IPv6 route entries on access switches. Kindly clarify the expected routing table size at the access layer, as such high route scale is generally required for aggregation or core layers rather than standard access networks. (8K is enough for access layer)Response: This is a client requirement, please comply with the specifications as provided.Core Layer 4. The specification requires stacking support for 8 or more devices. Kindly confirm whether such high-density stacking is anticipated at the core layer, or whether a redundant pair (2 units) in high availability mode would suffice.Response: This is a client requirement, please comply with the specifications as provided.5. Core switches are generally expected to provide high-performance routing and aggregation capabilities. However, the current specification includes several data center–grade requirements such as VXLAN, BGP EVPN, support for 64K IPv4 routes, 128K MAC address entries, minimum 6 × 40G QSFP+ uplink ports, and switching capacity of 1440 Gbps or higher.Kindly clarify whether the intended deployment architecture is a data center spine-leaf or SDN-based campus fabric design that necessitates such advanced virtualization and high-scale capabilities.Response: This is a client requirement, please comply with the specifications as provided.6. Additionally, please confirm: Whether all six (6) 40G QSFP+ ports are required to be populated and operational in the initial phase,Response : As indicated in the BOQ, calculation sheet, and the network diagram, two (02) 40G QSFP+ passive DAC cables for the core switch cluster are sufficient for the current requirement.7. Whether the core switch is expected to support full Internet routing tables or large-scale dynamic routing domains.Response: Please comply with the specifications as provided.
Edited on:
23-Feb-2026 09:55
Edited by:
webservice@unops.org
New clarification added: Clarificatio 17:Could you please clarify to whom letters such as the Manufacturer Authorization Letter should be addressed?Response:Manufacturer Authorization Letter should be addressed to 'UNOPS'. For other returnable documents please refer the templates provided under 'Small_Works_ITB_Section_VI_Returnable Schedules_ITB-2026-61275'.
Edited on:
19-Feb-2026 07:22
Edited by:
webservice@unops.org
New clarification added: Clarification 16We seek clarification on the following matter.Assume there are two separate legal entities with limited liabilities, Company A and Company B. Both companies are independently incorporated and registered, Maintain separate Profit & Loss accounts and audited financial statements, Operate as distinct legal entities with separate management and financial structures.However, one of the shareholder holds ownership interest in both Company A and Company B, and such shareholding is duly reflected in the respective corporate filings (e.g., Form 20 or equivalent statutory declarations).In the above circumstances, kindly clarify whether Company A and Company B are permitted to submit separate and independent bids for the same tender, given that they are distinct legal entities but one of the shareholder is a common shareholder.Response:Please refer document 'Section I: Instructions to Offerors', Article 4.
Edited on:
19-Feb-2026 07:20
Edited by:
webservice@unops.org
New clarification added: Clarification 15:Question: With reference to Section V: Requirements, Subsection 3.9.1 – Other Personnel Requirements, we kindly request clarification on the following points:1. Are we required to submit detailed CVs and supporting documents for all personnel listed under this subsection, or would a letter confirming the availability of the required staff be sufficient? 2. If a confirmation letter is acceptable, should the letter explicitly include the names and designations of the proposed personnel?3. Are the personnel listed under Subsection 3.9.1 also required to individually sign the Form 0.6 – Statement of Exclusivity and Availability?We would appreciate your guidance on the above to ensure full compliance with the tender requirements.Thank you.Response: 1. CVs (in the format provided under Schedule 0.5 [Format for Resume of Proposed Key Personnel]) of all key personnel proposed as requested under Section V, Schedule 3, Subsection 3.9 must be submitted along with the bid. Form 0.6 – Statement of Exclusivity and Availability must be signed by each of the key personnel proposed.2. CVs of other personnel proposed as requested under Section V, Schedule 3, Subsection 3.9.1 need not be submitted along with the bid. However, a Confirmation letter from the bidder confirming the availability of qualified staff to fulfil the required positions set out in Section V: Requirements, Schedule 3, Sub Section 3.9.1 Other Personnel Requirements must be submitted. Names and designations of others personnel need not be included in the letter. 3. Other Personnel Required in Section V: Requirements, Schedule 3, Sub Section 3.9.1 need not to sign the Form 0.6 – Statement of Exclusivity and Availability
Edited on:
18-Feb-2026 12:02
Edited by:
webservice@unops.org
New clarification added: Clarification 141. How many concurrent VPN users will be connecting to the firewall ?Response : Please comply with the specifications as provided.2. How many Virtual domains are required in the firewall since day 1 ?Response : The requirement for Virtual Domains is specified in the technical specification. Please comply with the specifications as provided.
Edited on:
18-Feb-2026 11:37
Edited by:
webservice@unops.org
New clarification added: Clarification 13We refer to the Gartner report requirement specified in the tender documents for the Firewall solution.The Gartner report referenced for the Firewall appears to be from 2022. Given the rapid evolution of IT and cybersecurity technologies, a 4 year old report does not accurately reflect the current market landscape, technological advancements, or the latest security capabilities available in 2025/ 2026.We also noted that you have requested the latest 2025 Gartner report for switches and access points, while maintaining an older report reference for the Firewall solution. This inconsistency raises concerns, as it may unintentionally limit competition or create the perception of favoring a particular OEM.Furthermore, many Firewall products that were positioned in the 2022 Gartner report have since reached End of Life (EOL) or are nearing end of support (EOS) status. Proposing solutions aligned strictly with a 2022 report may result in offering outdated or refurbished technologies, which may not align with UNOPS’ objective of deploying secure, future-ready infrastructure.As a supplier, we strongly believe that organizations such as UNOPS should prioritize the latest and most advanced technologies to ensure long-term security, performance, and sustainability.In light of the above, and in line with the requests made by multiple suppliers/vendors during the pre-bid meeting, we respectfully request that:1. The Gartner report requirement for the Firewall solution be updated to the latest 2025 edition2. Or alternatively, a named RFP/specification be issued to ensure transparency and equal opportunity for all suppliers to allign, so that will save your time in evaluating multiple OEM/ Solutions.We trust that UNOPS will consider this clarification request in the spirit of fairness, competitiveness, and technological relevanceResponse: The 2025 Gartner Magic Quadrants for firewalls is a fundamental shift in naming and scope: Gartner has transitioned from the "Network Firewalls" category to "Hybrid Mesh Firewalls". Client requirement is not for a hybrid mesh firewall. Therefore, reference has been made to vendors positioned as leaders and challengers in the last gartner quadrant for "Network Firewall" (published in Yr 2022) . Please propose products that meet the minimum specifications provided. The specificiations have been developed to meet client requirement.All proposed firewall equipment must be current-generation hardware with manufacturer warranty of 5 years and should cover 5 year principal support with a four hours guaranteed response (Subscription-based licenses) as set out in the specifications.Please propose products that meet the minimum specifications provided. The specificiations have been developed to meet client requirement.
Edited on:
18-Feb-2026 11:36
Edited by:
webservice@unops.org
New clarification added: Clarification 121. Intelligent Monitoring Component Specifications - 1.5 One Intelligent controller / managing unit shall be required per rack.: If an AIM system design allows one analyser per several racks. will that solution be accepted?Response: Compliance with this requirement is mandatory. Each rack shall have its own dedicated intelligent controller/managing unit. 2. Intelligent Monitoring Component Specifications – 1.7 The Automated Infrastructure Management solution shall provide audible Alerts /Alarms to the technician while the technician is performing various MAC activities: This is a vendor specific feature as many other products trigger email alerts. Is this a main requirement?Response: This requirement is mandatory. System integrator may propose a solution that fully satisfies the requirements set out in the technical specification. 3. Passive Component Specifications – 3.6 Cable shall be CAT 6A U/UTP, 23 AWG Bare Copper (Copper Clad Aluminum not allowed): You have proposed U/UTP for copper cables. This might lead to alien crosstalk(AXT). Better we propose F/UTP or otherwise include crosstalk testing.TIA-1152-A (The Testing Standard)For UTP: TIA-1152-A clarifies that AxTalk testing is required to certify a CAT6A UTP installation. Because UTP relies on the "twist" and physical separation (gap) between cables to mitigate noise, the standard requires field verification to ensure the cables weren't bundled too tightly or deformed during installation.Response: This is a client requirement, Please comply with the specifications as provided. 4. Passive Component Specifications – 5.7 Support conductor diameter ≤ 24 AWG: Does this means AWG26 is complied? That is the industrial standardResponse: The CAT6A jack shall support 4PPoE applications up to 90 W, ensuring improved current carrying capacity, reduced voltage drop, and enhanced termination reliability. Hence, please comply with the specifications as provided. 5. Bill of Quantities – : The total BOM gives 218 PDUs while the total enclosure sum is 240. Does this is a calculation error or is there cases where we directly connect switches to the UPS?Response: We are confident in our BoM. however, if any requirement is considered unfulfilled, the balance quantity can be addressed during the implementation phase and, if needed, covered under quantity variation. Please note that all access switches’ are powered through PDUs that will be directly connected to the rack-level UPS. 6. Implementation Time Line – Project must be completed with in 5 months: The leadtime for equipment supply is between 6-8 weeks. The working window if hospital projects are very narrow and takes time. Therefore we request to provide a practical timeline. Suggest 8-10 months from the PO/LOI.Response: Project must be completed in 5 months. As set out under section V, Schedule 3, Sub Section 3.5 : Programme requirements - a detailed hospital-wise implementation programme shall be submitted to ensure timely delivery of all project deliverables, including comprehensive workforce deployment details. Personnel requirements have been specified under section V, Schedule 3, subsection 3.9 & 3.9.1.7. AIM Architecture - Do we need to monitor the passive infrastructure of all thirty hospitals centrallyResponse: Central monitoring is not required for all thirty (30) hospitals under this tender.8. AIM Solution - Propose patch panel should be 1U, 24 Port U/UTP CAT6A (23 AWG) IDC type Our proposed 24 port patch panel is Modular type to support F/UTP CAT6A cables. This will improve the performance against alien crosstalk. Response: This is a client requirement, please comply with the specifications as provided.9. Rack Mount Horizontal Power Distribution Unit - High-quality monitored PDU designed for rack-mount applications, providing reliable power distribution with real-time monitoring, management, and protection featuresWill there be an issue if the proposal contains a UPS integrated with all the functionalities of PDU?Response : Please comply with the minimum client requirements as specified in the technical specifications.
Edited on:
18-Feb-2026 11:32
Edited by:
webservice@unops.org
New clarification added: Clarification 11:Please provide us comprehesive existing network setup of the hospital DC and DR for us to understand more of your requirement and compatibility. Response: We kindly request bidders to provide their submissions in response to the scope provided under this ITB
Edited on:
18-Feb-2026 11:18
Edited by:
webservice@unops.org
New clarification added: Clarification 10Under Network Switches & WLAN Controller Specifications, it is stated:“Should be positioned as a Leader or Challenger in the Gartner Magic Quadrant for Enterprise Wired and Wireless LAN Infrastructure as of June 2025.”Under Wireless Access Point Specifications, it is stated:“Should be positioned as a Leader or Challenger in the Gartner Magic Quadrant for Enterprise Wired and Wireless LAN Infrastructure as of June 2024.”We kindly request clarification on the above, as two different evaluation years have been specified for the same Gartner Magic Quadrant category within the wireless solution.Response: Bidders shall ensure that all proposed wired (core and access) switches and wireless (WLAN controller and WAP) systems/solutions are aligned with vendors in the Gartner Magic Quadrant for “Enterprise Wired and Wireless LAN Infrastructure, published in June 2025.”
Edited on:
18-Feb-2026 10:36
Edited by:
webservice@unops.org
New clarification added: Clarification No 9Question: Could you please confirm under which document category/tab we should upload:Schedule 3.2 – Technical Specifications [ITB-2026-61275]We want to ensure the document is submitted in the correct section.Response:Section V, Schedule 3, Sub section 3.2 - refers to technical specifications provided. Bidders are required to complete Schedule 4.10 [Technical Bid Form] (provided as a seperate document) to demonstrate compliance to technical specifications provided. Both an editable version and a PDF version of the completed form must be submitted.The editable and PDF versions of Schedule 4.10 [Technical Bid Form] should be uploaded under the Vendor Submission → Document Checklist tab, in the section titled: Document name: Schedule 4.10 Technical Bid Form (PDF and editable Excel versions).
Edited on:
18-Feb-2026 10:19
Edited by:
webservice@unops.org
New clarification added: 5. Wireless Access point:5.1 AP is requiring POE++ but the access layer switches are only spec'ed at MAX POE+. This is a contradiction on AP requirements. Please amend either Access Switches to support POE++ or reduce the AP power requirement.Response: Both the 24 port and 48 port network switches shall support the 802.3af and 802.3at PoE standards. The wireless access points shall support both 802.3at and 802.3bt standards. If a bidder’s proposed WAP requires higher power to meet the minimum specification or performance features, the bidder shall supply a PoE++ adapter for each WAP device separately.5.2 Access Point shall support application visibility and control - This should be a requirement of the WLC as it is requirement in management and configuration.Response: Please comply with the specifications as provided.5.3 Why request the 2025 Gartner report for Network switches and WLC, and the 2024 report for Wireless? Both of these go hand in hand as Enterprise Wired and Wireless LAN Infrastructure in latest reports. Is this a typo in gartner recognition requiement?Response: Bidders shall ensure that all proposed wired (core and access) and wireless (WLAN controller and WAP) systems/solutions are aligned with vendors positioned as Leaders or Challengers in the Gartner Magic Quadrant for “Enterprise Wired and Wireless LAN Infrastructure", published in June 2025.5.4 Please specify the devices that require IoT connectivity, as the AP comes with built-in radios to support any IoT requirements. The need to have connectors is an outdated specification and newer AP models have been upgraded to support all required IoT communications via BLE. Please amend requirement to specify should support IoTs without IoT connectors.Response: This is a client requirement, and the access points should support IoT connectivity beyond the built in radios, with additional IoT slots to accommodate use cases such as ZigBee, RFID, and other required IoT standards.6. 10G SR MM SFP+ Optical Transceiver 10 Gbps6.1 10G SFPP is requested from Network OEM for 3rd party devices. This won’t ensure that it will be compatible, it would be best to request the same 10G SFPP specification from the respective device OEM or recommended equivalent. Please amend the requirement to reflect the same.Response: 10G SR MM SFP+ optical transceiver modules shall be sourced from a same manufacturer. (If required, ordered information shall be provided upon request for verification) Specifically, proposed active device transceiver’s (e.g., firewall, WLAN controller, core switch, access switch) should be listed in the manufacturer's official brochure as recommended to pluggable.
Edited on:
18-Feb-2026 10:10
Edited by:
webservice@unops.org
New clarification added: Clarification No 81. Access Switches:1.1 Are the routing features, OSPF/BGP/RIP, needed or is it only to support? It is highly irregular that an access switch would need advanced routing features to run in such an environment.Response: All listed routing features are required as part of the client’s specifications. Please comply with the provided requirements.1.2 Packet filtering is mostly expected in the Core layer. This is not a requirement on the access layer. Mac filtering is a suitable requirement on the access layer.Response: This is a client requirement, Please comply with the specifications as provided.1.3 The clause “Supports the NAC Function” is this requirement to integrate with a NAC, or are the NAC features expected from the switch?Response: Network Access Control, which ensures that only authorized devices connect to the edge network, is a required feature (not embedded NAC) specified by the client. Please comply with the specifications as provided.1.4 As per the provided network diagrams, it is visible that a VxLAN infrastructure is not planned. Please specify the reason for the VxLAN requirement mentioned in the RFP, if any, now or in the future. Response: Please comply with the specifications as provided.2. Core Switch:2.1 What is the need for 6x 40G QSFP interfaces on the core level? There is no reference to such in the network diagram. If the only requirement of QSFP is to stack the Core switches (as per BOQ), then 2 numbers of 40G QSFP interfaces should suffice.Response: Each core switch shall have a minimum of six (06) 40G QSFP+ upstream interfaces (40 Gigabit per second Quad Small Form Factor Pluggable Plus) required.BOQ requesting 40G QSFP+ Tech-sheet requesting 40 SFP. Please amend.Response: 40G QSFP+ mentioned in the BoQ is equivelent to 40G SFP in the Technical specificationsThere are no specified upstream devices that require 40G interfaces. As per the BOQ, 40G is needed for stacking. If this is the only requirement for 40G ports, please amend the quantity to reflect the actual requirement.Response: The BOQ and network diagram qty presently indicate two (2) 40G QSFP+ ports (with no aggregation or firewall clustering). For core level design, the client requires six (6) 40G QSFP+ ports to accommodate ensuring resiliency and future proofing.2.2 As per the provided network diagrams, it is visible that a VxLAN infrastructure is not planned. Please specify the reason for the VxLAN requirement mentioned in the RFP, if any, now or in the future.Response: Please comply with the specifications as provided.3. Firewall:3.1 RFP requested 2022 gartner report for Network firewalls. The latest Firewall evaluation report is the Gartner Magic Quadrant for Hybrid Mesh Firewall report released July 2025. What are the reasons for not considering the same?Response: The 2025 Gartner Magic Quadrants for firewalls is a fundamental shift in naming and scope: Gartner has transitioned from the "Network Firewalls" category to "Hybrid Mesh Firewalls". Client requirement is not for a hybrid mesh firewall. Therefore, reference has been made to vendors positioned as leaders and challengers in the last gartner quadrant for "Network Firewall" (published in Yr 2022) . Please propose products that meet the minimum specifications provided. The specificiations have been developed to meet client requirement. All proposed firewall equipment must be current-generation hardware with manufacturer warranty of 5 years and should cover 5 year principal support with a four hours guaranteed response (Subscription-based licenses) as set out in the specifications.. 3.2 What is the requirement of having 3000 client IPsec Tunnels? Are 3000 users connecting to the firewall simultaneously? If not, please specify the exact number of users. Response: Please comply with the specifications as provided.4. WLAN Controller:4.1 Can cloud managed controllers be proposed? If not what would be the reason not to?Response: Cloud managed controllers are not accepted. Kindly ensure full compliance with the provided specifications.4.2 MOH already has a cloud controller platform deployed in Matale and Anuradapura Hospital clusters. This controller is capable of integrating unlimited number of AP, Switches and firewalls of the same vendor with no limitation on the number of users. What is the reason for the new WLAN Controller requirement? This would decentralize the network management from MOH for Hospitals creating more over-heads and confusion for future integrations and expansions. If the existing WLAN Controller is utilized there is a cost benefit for MOH. Response: A dedicated physical (on-prem) WLAN controller is mandatory for each hospital. Kindly ensure full compliance with the provided specifications.4.3 Certain Vendors have WLAN and LAN Concepts in 1 certification as Enterprise network. Is this acceptable?Response: If the WLAN solution is demonstrated to fall under LAN segmentation, the bidder shall be required to submit OEM certified personnel, consisting of one Professional level specialist and one Associate level specialist.4.4 The AC should support static routes, OSPF, BGP, routing policies, and PBR. Provides links and screenshots on the official website - This is needed when the controller functions as a gateway for the network in Core capacity. If so, what is the reason for a core switch in the network? Or is the RFP constructed in a way that the Core Switch would be acting as a WLC?Response: Static routes, OSPF, BGP, routing policies, and PBR are mandatory routing features for the WLAN controller. Please comply with the provided specifications.4.5 The AC should be able to provide protection mechanisms against threats. Support for IPS and against Viruses will be an additional advantage & The AC should support intrusion prevention, detection, and termination. (Including buffer overflow attacks, Trojan horses, and worms) - If this is needed on a Network controller level, what is the reason for requesting same on firewall? Or is this requirement requested only for firewalls that would be able to act as WLC?Response: To ensure comprehensive protection for both wired and wireless traffic, intrusion prevention, detection, and termination are required at both the network edge (firewall) and the wireless edge (WLAN controller)
Edited on:
18-Feb-2026 10:09
Edited by:
webservice@unops.org
New clarification added: Q7:We kindly request for an extension for the bid closing date.A7:Bid closing date has been extended.
Edited on:
17-Feb-2026 11:28
Edited by:
webservice@unops.org
New amendment added #2: Amendment 02:1. Upload of Pre-Bid Meeting Minutes, and2. Revision of the date of the Deadline for bid submission, Deadline for submission of Clarifications and Expected Contract Start date as follows: Deadline for bid submission under General section:2026-03-06, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of Clarifications under General section:2026-02-27, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract Start date2026-04-10
Edited on:
17-Feb-2026 11:09
Edited by:
webservice@unops.org
New clarification added: All bidders are strongly encouraged to participate in the Pre-bid clarification meeting:Date: Friday, 13 February 2026Time: 10.00 AM Sri Lanka TimeLink: https://meet.google.com/zco-ascz-pubAttendance of the pre-bid clarification meeting is NOT mandatory, but strongly encouraged to avoid the risk of non-compliant proposals. Failure to attend the non-mandatory virtual pre-bid clarification meeting shall not render your proposal invalid.
Edited on:
12-Feb-2026 12:57
Edited by:
webservice@unops.org
New clarification added: Clarification 6:In reference to Section II: Evaluation Method and Criteria of the above-mentioned tender. We respectfully submit this representation to seek reconsideration of certain eligibility and qualification requirements which, in their current form, may inadvertently restrict participation from technically competent mid-tier Solution Integration (SI) firms such as ours, despite demonstrable hands-on experience in similar health-sector deployments.1. Profile and Relevant Experience We are an established SMB Solution Integration organization with substantial implementation experience across Sri Lanka’s public health sector. Our experience spans multiple tiers of public healthcare institutions, including Teaching Hospitals, a Specialized Children’s Hospital, District General Hospitals, Base Hospitals, and over 51 District Hospitals under Regional Health Authorities. Across these engagements, we have delivered end-to-end enterprise networking solutions comprising fiber optic backbones, structured UTP cabling, managed switches, wireless infrastructure, racks and cabinets, UPS systems, servers and IT peripherals, PBX/hybrid communication systems where applicable, fully terminated fiber uplinks, and both inter- and intra-building connectivity. All projects were executed in compliance with applicable industry and regulatory standards, delivering secure, scalable LAN infrastructures within live hospital environments that demanded strict operational continuity and technical discipline. 2. Concern 1 – CIDA ELV EM01 Registration Requirement (5 Consecutive Years) (Q 6.1) Current Requirement:The bidder must possess consecutive registration at the Construction Industry Development Authority (CIDA – formerly ICTAD) under ELV – EM01 category for the last five (5) years from the bid submission deadline.While we fully appreciate the intent of ensuring regulatory compliance and contractor credibility, the requirement for five consecutive years may disproportionately exclude technically capable mid-level SIs who: Have delivered compliant ELV and networking projects under principal contractors or Ministry frameworks; Have maintained regulatory alignment through recognized industry certifications and accreditations;Have successfully executed similar hospital infrastructure projects without adverse performance history. We respectfully submit that the objective of this requirement—ensuring technical legitimacy and regulatory compliance—can be achieved through more proportionate measures, such as: Acceptance of valid CIDA ELV registration without a strict consecutive duration requirement; or Acceptance of demonstrable ELV execution experience supported by completion certificates and client references. 3. Concern 2 – Revised Qualification Criteria 4: Prior Experience (Q 6.2)Revised Requirement:The bidder has successfully delivered at least five (5) contracts (with a cumulative value of more than LKR 1.5 billion, with at least one contract exceeding LKR 250 million) in enterprise networking during the last five (5) years.While we recognize that financial thresholds are often used as indicators of capacity and scale, the current monetary benchmarks may inadvertently exclude competent mid-tier integrators who have delivered technically complex hospital LAN and fiber backbone projects under segmented or district-based contract structures.Within the Sri Lankan public health context, enterprise networking projects are frequently awarded as distributed contracts across districts rather than consolidated single high-value engagements. As a result: The cumulative technical scope delivered may equal or exceed the complexity contemplated under this ITB; However, individual contract values may not meet the LKR 250 million single-project threshold.We respectfully submit that enterprise networking capability—particularly in healthcare environments—should ideally be assessed on:Technical scope and complexity delivered; Multi-site deployment capability; Performance history and client references; Compliance with industry standards; Demonstrated ability to execute in operational hospital environments. Contract value alone may not always be a precise proxy for technical depth or execution competence. 4. Request for ConsiderationIn light of the above, we respectfully request that the Evaluation Committee consider one or more of the following:Revisiting or moderating the monetary thresholds under Qualification Criteria 4; Allowing cumulative experience across segmented but comparable health-sector projects to qualify; Providing alternative pathways for mid-tier SIs to demonstrate enterprise networking capacity; Recognizing health-sector LAN deployments as qualifying enterprise networking experience irrespective of individual contract value size.Our intention is not to dilute standards, but to ensure that technically capable, locally experienced integrators with proven hospital implementation track records are not inadvertently excluded due to financial structuring thresholds.UNOPS ResponseThe scope of this tender covers a large scale, end‑to‑end enterprise LAN deployment across 30 hospitals islandwide, including automated infrastructure management.In establishing eligibility and qualification criteria, we have carefully considered the overall project magnitude specifically the number of sites, required financial capacity, required team allocation, delivery timelines, and after sales support capability etc. each of which are critical to meet the requirements set out in section II: Schedule of Requirements within the given timeframe.Concern 1 (A: 6.1)The five-year consecutive CIDA registration requirement is established to verify the sustained operational maturity of the bidder. For a project of this scale and sensitivity, technical legitimacy alone is insufficient; the Employer must ensure the contractor has the organizational depth to manage the full project lifecycle, including post-award safeguards.To maintain the integrity of the evaluation process, this criterion remains mandatory. In the case of a Joint Venture, the Lead Member must satisfy this requirement to demonstrate the necessary institutional experience required for a project of this complexity.Concern 2 (A: 6.2)The project’s significant scale and compressed delivery timeline necessitate bidders with proven financial resilience and a substantial track record in large-scale ICT infrastructure. These thresholds are established as a safeguard to ensure a robust liability and warranty framework, which is critical for the project’s long-term integrity.While we acknowledge the technical expertise of mid-tier integrators, the current requirements remain unchanged to mitigate delivery risk. However, we encourage technically capable firms to participate through Joint Ventures (JV). This allows for the pooling of technical complexity with the required financial standing, ensuring that the project benefits from specialized expertise while maintaining the necessary post-award financial safeguards.
Edited on:
12-Feb-2026 12:55
Edited by:
webservice@unops.org
New clarification added: Q 5.1 Bid Validity PeriodCould you please confirm the required bid validity period?A: Please refer 'Bid validity period in days' under 'Tender Particulars' tabQ:5.2 Experience Requirement in Case of a Joint Venture (JV)If the bid is submitted as a Joint Venture (JV), how should the required experience be evaluated among the JV partners?A: Please refer 'Bidder eligibility' and 'Evaluation method details' under 'Tender Particulars' tabQ: 5.3 Clause 0.5 – Format for Resume of Proposed Key Personnel (JV Submission)In the case of a JV submission, should the proposed key personnel be provided by the lead bidder only, or can personnel be proposed collectively by all JV partners?A:Please refer 'Evaluation method details' under 'Tender Particulars' tabEach joint venture/consortium/association member must meet formal & eligibility criteria #1, & 3 and qualification criteria #1Lead partner of joint venture/consortium/association must meet formal & eligibility criteria #4 & 5All joint venture/consortium/association members combined must meet all other criteriaQ: 5.4 Clause 0.6 – Statement of Exclusivity and AvailabilityWho is required to sign the Statement of Exclusivity and Availability? Should it be signed by the individual personnel, the lead bidder, or all JV partners ?A: Individual Personnel proposed by the bidderQ: 5.5 Schedule 1 – Contract DetailsWe seek clarification regarding Schedule 1 – Contract Details. The document includes references to pricing as well as contractor details. Could you please clarify the purpose of this schedule and how it should be completed?A: The document titled “Schedule 1: Contract Details” in Section VI: Returnable Schedules requires the offeror to enter the total contract price, details of Contractor's address for communication and details of Contractor's representative. As set out in the notes [available on the same sheet] "The Schedules, submitted by the bidder whose bid is selected after evaluation and who is awarded the Contract, will be included in the Contract"Q: 5.6 Financial Capability (JV Submission)In the case of a JV submission, how will the financial capability requirement be evaluated? Should the financial thresholds be met collectively by the JV partners, or does each partner need to satisfy the requirement individually?A: Please refer 'Evaluation method details' under 'Tender Particulars' tabEach joint venture/consortium/association member must meet qualification criteria #1 (Financial capability: The bidder has sufficient liquidity)Q: 5.7 Schedule 3.2 – Soft Copy Compliance FormsFor Schedule 3.2 (Soft Copy Compliance Forms), are bidders required to submit editable versions in addition to the signed PDF copies?A: Schedule 3.2 is technical specifications provided. This document is for reference only. Bidders are required to complete Schedule 4.10 [Technical Bid Forms] to express compliance to technical specification provided. Please submit editable versions and signed PDF copies of documents provided under Schedule 4.10.Q: 5.8 Clarification on Joint Venture (JV) Partner Eligibility - Please confirm whether a JV partner may be a foreign company, or whether the JV partner must be registered in Sri Lanka?A:- As set out under Tender Particulars tab in eSourcing - Bidder Eligibility - Each Joint Venture, consortium, or association member meet the offeror eligibility conditions, as defined in the document Section I: Instructions to Offerors, Article 4.- As set out under Tender Particulars tab in eSourcing - Evaluation Method Details : Lead partner of joint venture/consortium/association must meet formal & eligibility criteria #4 & 5. Formal and Eligibility criteria #4 states that "The Bidder has a valid license to operate in Sri Lanka"
Edited on:
12-Feb-2026 12:51
Edited by:
webservice@unops.org
New clarification added: Q4:Couldn't find the Bid document in the portal, please advice.A4:All the bid documents are available under the 'Documents' tab in the tender. We kindly request bidders to go through all the tabs in the tender and to read all the bid documents including Instructions to bidders document.
Edited on:
10-Feb-2026 07:09
Edited by:
webservice@unops.org
New clarification added: Q3:The mentioned Criteria 2 and Criteria 4 under Financial Capability is not practically achievable for the majority of capable and technically qualified bidders operating in the Sri Lankan market.Over the past several years, Sri Lanka has experienced significant and prolonged economic disruption, which has had a direct and material impact on business turnover, particularly within the private sector. The aftermath of the Easter Sunday attacks, followed by the COVID-19 pandemic, and the subsequent post-COVID economic downturn, resulted in reduced capital expenditure, delayed projects, foreign exchange constraints, and overall contraction of market activity. These factors severely affected revenue generation across most industries, including ICT, infrastructure, and professional services.As a result, only a very limited number of large conglomerates or group companies would be able to meet a cumulative turnover threshold of LKR 3 billion, which would unintentionally restrict competition and exclude many financially stable, technically competent, and experienced bidders who are fully capable of delivering the scope of work.In order to ensure fair competition, broader market participation, and value for money, while still maintaining adequate assurance of the bidder’s financial strength and sustainability, we kindly propose Criteria 2 to be revised to LKR 2 billion and Criteria 4 to LKR 1 billion. This revised threshold remains reasonable, proportionate, and aligned with current market realities, without compromising the financial capability required for successful project execution. Looking forward for your favourable reply.A3:The qualification criteria have been determined based on the scope of work outlined in this ITB, with the objective of ensuring that bidders possess the necessary capacity to successfully deliver the project. If an offeror does not have all the expertise required for the provision of the Services described in the ITB, the offeror may submit a proposal in association with other entities, as described under tender particulars in e-sourcing.
Edited on:
09-Feb-2026 11:40
Edited by:
webservice@unops.org
New clarification added: Q1:Hardware quote: These kind of equipment’s usually get involved by OEMs directly through dealers. Seems they don’t quote unless we give a quantity of items. We have to get the quantities of items to be purchased. Ex: switches 50 no’sTemplate is missing number of each item.A2:All required quantities are quantified under the hospital-wise BoQs for pricing purposes. In addition, the hospital-wise calculation sheets have been shared to provide further information.
Edited on:
09-Feb-2026 05:35
Edited by:
webservice@unops.org
New clarification added: Q1. The folder DGH Kegalle does not contain any documents. Kindly share as soon as possible A1: DGH Kegalle folder including Drawings, BOQ ( both PDF and Excel files), Calculations and Typical Details has now been added in the documents section
Edited on:
07-Feb-2026 04:16
Edited by:
webservice@unops.org
New amendment added #1: Amendment 01:The ITB shall be amended to reflect the following:1. Documents: DGH Kegalle folder including Drawings, BOQ ( both PDF and Excel files), Calculations and Typical Details has now been added in the documents section2. The following amendments have been made to the document named "Small_Works ITB_Section_II_III_IV_V_ITB-2026-61275" and Criteria Section in Esourcing as applicable: Qualification Criteria 2 : Financial Capability - The criteria has been revised to read as follows: The bidder has had a cumulative turnover of minimum LKR 3 billion over the last three (3) years. Qualification Criteria 4: Prior Experience - The criteria has been revised to read as follows: The bidder has successfully delivered at least five [5] contracts (with a cumulative value of more than LKR 1.5 billion with at least one contract exceeding LKR 250 million) in enterprise networking during the last five (5) years prior to the bid submission deadline.The scope of each of the contracts completed in enterprise networking shall include supply, delivery and installation of active and passive equipment including structured cabling and may include other ELV systems, but shall exclude Building Management Systems. UNOPS will conduct reference checks to verify details provided and the client experience Technical Criteria 3.2 : Key Personnel - The criteria has been revised as to read follows:The qualifications and experience of Key Personnel proposed meet the established requirements as set out under Section 3.9 Key Personnel Requirements and the bidder shall meet sustainability requirement set out under section 3.2.E Sustainability requirementsDocuments to establish compliance with the criteria (not exhaustive) has been amended to include Schedule 0.5 [Format for Resume of Proposed Key Personnel Technical Criteria 3.3 : Other Personnel - Documents to establish compliance with the criteria (not exhaustive) has been revised to read as follows:Schedule 4.4.1 [Confirmation letter from the bidder confirming the availability of qualified staff to fulfil the required positions set out in Section V: Requirements, sub section 3.9.1 Other Personnel Requirements.
Edited on:
07-Feb-2026 03:20
Edited by:
webservice@unops.org