Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka
UNOPS
Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka
Request for proposal
Reference:
RFP/2026/61570
Beneficiary countries or territories:
Sri Lanka
Registration level:
Basic
Published on:
25-Feb-2026
Deadline on:
25-Mar-2026 11:30 (GMT 0.00)
Description
Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka for the implementation of the ‘Thin-slice’ of the National Digital Health Blueprint
The United Nations Office for Project Services (UNOPS) is an operational arm of the United Nations that provides project management, procurement, and infrastructure support. Through its project services — including infrastructure, procurement, project management, human resources, and financial management services — UNOPS supports governments, the United Nations, and other partners in achieving Member States’ Global Goals, and local objectives for people and countries.
The Health Information and Quality Improvement Project (HIQIP) is a major initiative implemented by the Ministry of Health as the Principal Recipient of a grant from the Federal Government of Germany and managed by the Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM). The project focuses on strengthening health systems through integration and interoperability of health data systems, enhancing TB screening facilities, and building institutional capacity to improve the quality of healthcare services.
In 2022, the Ministry of Health of Sri Lanka, through the World Health Organization and Global Fund Support, commissioned the development of a National Digital Health Blueprint, Interoperability Plan, Capacity Development Plan and Procurement Plan. These plans were subsequently developed, along with a Roadmap for the execution of the National Digital Health Blueprint.
Considering the extensive nature of the National Digital Health Blueprint, a prioritization exercise has been undertaken to identify a ‘thin-slice' of it to be implemented during the HiQi / D2H project.
The purpose of this assignment is to hire a service provider for the Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka for the implementation of the ‘Thin-slice’ of the National Digital Health Blueprint to ensure the successful and timely implementation of the Digital Health Platform (DHP) under the HiQi / D2H project.
-----
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
The United Nations Office for Project Services (UNOPS) is an operational arm of the United Nations that provides project management, procurement, and infrastructure support. Through its project services — including infrastructure, procurement, project management, human resources, and financial management services — UNOPS supports governments, the United Nations, and other partners in achieving Member States’ Global Goals, and local objectives for people and countries.
The Health Information and Quality Improvement Project (HIQIP) is a major initiative implemented by the Ministry of Health as the Principal Recipient of a grant from the Federal Government of Germany and managed by the Global Fund to Fight AIDS, Tuberculosis and Malaria (GFATM). The project focuses on strengthening health systems through integration and interoperability of health data systems, enhancing TB screening facilities, and building institutional capacity to improve the quality of healthcare services.
In 2022, the Ministry of Health of Sri Lanka, through the World Health Organization and Global Fund Support, commissioned the development of a National Digital Health Blueprint, Interoperability Plan, Capacity Development Plan and Procurement Plan. These plans were subsequently developed, along with a Roadmap for the execution of the National Digital Health Blueprint.
Considering the extensive nature of the National Digital Health Blueprint, a prioritization exercise has been undertaken to identify a ‘thin-slice' of it to be implemented during the HiQi / D2H project.
The purpose of this assignment is to hire a service provider for the Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka for the implementation of the ‘Thin-slice’ of the National Digital Health Blueprint to ensure the successful and timely implementation of the Digital Health Platform (DHP) under the HiQi / D2H project.
-----
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.
Gender issues
Social
The tender contains sustainability considerations addressing gender equality and women's empowerment.
Examples:
Gender mainstreaming, targeted employment of women, promotion of women-owned businesses.
Human rights and labour issues
Social
The tender contains sustainability considerations related to human rights, fundamental principles and rights at work, occupational health and safety, fairly traded goods, targeted employment of people with disabilities, etc.
| 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 |
81111501
-
Mainframe software applications design
New clarification added: Clarification No: 26Question:Please clarify whether the responsibility for procuring the DBMS software and associated services lies with the bidder, or if these will be provisioned by the MoH.Response:Based on the FullSTAC principles we expect the DBMS also to be a scaleable Open-Technology. We discourage commercial solutions with recurrent costs/licenses and the bidder would be responsible for provisioning the necessary DBMS from suitable solutions.
Edited on:
20-Mar-2026 05:55
Edited by:
webservice@unops.org
New clarification added: Clarification No: 25Question:Is the ability to communicate in Sinhala or Tamil mandatory under the additional requirements column?Response:As set out in the schedule of requirements - Additional requirements will not be used as a basis for disqualification but will be awarded additional points during the weighted technical evaluation, as outlined in the schedule of requirements.
Edited on:
20-Mar-2026 05:14
Edited by:
webservice@unops.org
New clarification added: Clarification No: 24Question 01: We respectfully request an extension of the submission deadline for the tender titled “Design, Develop, Test, Implement, and Maintenance of National Electronic Health Record, National Digital Health Exchange, and Related Support Components for the Ministry of Health and Mass Media, Sri Lanka.”Given the critical nature and strategic importance of this project, we are currently undertaking a comprehensive high-level scope analysis to ensure that our proposal fully aligns with the technical, operational, and long-term objectives of this initiative. This process requires thorough evaluation and coordination to maintain the quality and completeness expected for a project of this magnitude.In light of the above, we kindly request a minimum extension of one week from the current submission deadline. This additional time will enable us to finalize a robust and well-structured proposal that meets all requirements and expectations.Question 02: We kindly request an extension for the tender submission deadline for this tender, which is currently scheduled for 25th March 2026.As additional time is needed to finalize the technical proposal due to the project’s complexity.Response: The bid submission deadline for this RFP was previously extended by one week. At this stage, no further extensions can be granted.
Edited on:
20-Mar-2026 05:04
Edited by:
webservice@unops.org
New clarification added: Clarification No: 23Questions (Q) and Responses (R):Q1: For each in‑scope component—NEHR, NHDX, IdP, Terminology, and e‑Referral—please list what is to be delivered at MVP vs. post‑MVP within the 30‑week period, with explicit acceptance tests and environment details. b) Should MVP run only in sandbox or also in MoH Tier III data centre?R1: MVP covers the Demographics., OPD encounter summary and e-referral workflows and integration with 5 hospitals. All systems handling patient related data should be hosted in the MoH Data Centre. Q2: Our scale as a global organization (90k+ employees) and normal enterprise workforce dynamics, kindly accept substitutions of proposed key experts (with same expertise requirement fulfilment) both before contract signature and after award, subject to prior approval by UNOPS/MoH.R2: i. Prior to contract award - No substitutions are permittedii. After contract award - No subsititutions are permitted unless absolutely necessary—for example, if one of the key personnel proposed becomes seriously ill and is unable to participate. In such cases, prior authorization must be obtained from both the Ministry of Health and UNOPS, followed by a contract amendment.Q3: Please advise on the minimum set of integrations (HHIMS/HIMS/OpenMRS/Swastha/CloudHIMS) and IHE/FHIR profiles relative to MVP that must pass during the Connectathon and Successful Integrations milestones for acceptance. This will help us scope the project precisely.R3: MVP coveres the Demographics., OPD encounter summary and e-referral workflows and the IHE/FHIR profiles required for such integration is required.Q4: Can detail list be shared on national platforms in Sri Lanka that need to be integrated under the RFP scope?R4: All DHP components identfiied under the thin-slice of the Digital Health Blueprint and solutions relevant to the 30 hospitals is under the scope. But, As the scope of the Digital Health Platform is National in scope and scale, the Ministry of Health should have the ability to integrate other solutions based on the standards set and used for the 30 hospitals even within the project time period.Q5:Please provide the daily liquidated damages rate (% per day) referenced in the Tender Particulars, applied to the original total Contract Price, capped at 10% overall.R5: As set out under tender particulars : Liquidated damages details / Delay damages details - UNOPS will deduct from the Contract price, as liquidated damages, a sum equivalent to the percentage of 0.1% of the original total Contract price for each day of delay until actual delivery or performance, up to a maximum deduction of 10%. Once the maximum is reached, UNOPS may terminate the Contract pursuant to the General Conditions of Contract.Q6: In Form D: Technical Proposal Form, Section 1 (Points 1.1 to 1.6), should the responses be provided separately by each consortium partner, or can a single consolidated response be submitted on behalf of the entire consortium?R6: A consolidated response can be provided. However the response should include relevant details of each of the partners.
Edited on:
20-Mar-2026 04:57
Edited by:
webservice@unops.org
New clarification added: Clarification No: 22Question: a) In a project there are 2 sub contractors working, do this subcontractor need to fulfill the Financial capability requirmeent, i.e, Liquidity: the ratio Average Current assets / Current liabilities over the last 2 years must be equal or greater than 1 criteria? The Lead partner will have the complete ownership of contract.b) Further to the same, do the subcontractor need to provide any documents under the 11_evaluation_criteria_&_scoring_document_rfp_2026_61570: Stage 1 & Stage c) Can the subcontractors provide the key personnel resources for the bid?Response: a) As set out in tender particulars section and in Evaluation Criteria & Scoring Document_RFP_2026_61570_R1, Each of the partners of a JV/Consortium/Association must meet the qualification criteria No #1: Financial Capability - Liquidityb) When a joint venture, consortium or association submits an offer - The proposal documents must be submitted in the name of the leading partner (documents signed by the lead partner and submitted in the eSourcing platform by the lead partner). The duly filled Form A: Joint Venture Partner Information Form (signed by all partners), copies of business registration for each of the partners, copies of the audited financial statements for the last three (3) years prior to the deadline for proposal submission for each of the partners, duly filled returnable Form F: Performance Statement Form for each of the partners, must be submitted as part of the proposalc) As mentioned in RFP_Section_II_Schedule of Requirements _RFP_2026_61570, section 7.2: Required educational qualifications and experience of the proposed team, "All staff members appointed by the service provider should be direct staff members of the organization who will have overall responsibility of the deliverables".
Edited on:
20-Mar-2026 03:55
Edited by:
webservice@unops.org
New clarification added: Clarification No: 21Question:If a prime bidder is bidding with another partners, can these partners be sub contracted under teaming agreements?Is it necessary to have a tri-party or a dual party teaming agreement?Response: As outlined in the tender particulars section of the RFP: When a joint venture, consortium or association submits an offer - The proposal documents must be submitted in the name of the leading partner (documents signed by the lead partner and submitted in the eSourcing platform by the lead partner). The duly filled Form A: Joint Venture Partner Information Form (signed by all partners), copies of business registration for each of the partners, copies of the audited financial statements for the last three (3) years prior to the deadline for proposal submission for each of the partners, duly filled returnable Form F: Performance Statement Form for each of the partners, must be submitted as part of the proposal.
Edited on:
20-Mar-2026 03:30
Edited by:
webservice@unops.org
New clarification added: Clarification No: 20Question:The NEHR has hard dependencies on the Client Registry (Bundle #1) for patient identity validation (NEHR.FN.25, NEHR.FN.26). What is the expected timeline for Bundle #1 delivery? If Bundle #1 is not ready when Bundle #2 reaches MVP stage, should the NEHR implement a temporary internal patient index, or will the Ministry provide a stub/mock registry service?Response: The Ministry does not have a stub/mock registry service in place. Temporary internal patient index or a mechanism to demonstrate the standard based integration ability could be considered.
Edited on:
20-Mar-2026 03:14
Edited by:
webservice@unops.org
New clarification added: Clarification No: 19Question 01: Document mandates a minimum team of 15 key personnel for implementing the system. Additionally, Post-Implementation Warranty requires the provision of Tier-3 expert help desk support, adherence to strict 24/7 SLAs for critical & High issues, and an allocated capacity of 40 person-days per quarter for minor enhancements. Can we utilize the initially proposed 15 key personnel to fulfill the Tier-3 support & SLA monitoring, during the 12-month post-implementation period? Or does the Ministry expect bidders to propose and cost a separate, dedicated support and maintenance team specifically for the post-go-live phase?Response to Question 01: During the 12‑month post‑implementation warranty period, offerors may utilize members of the initially proposed team. No restriction has been outlined in the schedule of requirements in this regard. however, offerors must ensure that adequate qualified and competent resources are costed and committed to fulfill all post‑Go‑Live obligations as outlined in the RFP. Offerors are requested to provide detailed cost breakdown in their financial proposal.Question 02: Comprehensive support and maintenance program for a period of exactly twelve (12) months following the formal Go-Live. As there is no mention of support requirements beyond this timeframe, could you clarify if the support team is expected to continue providing services after these 12 months ? Should we factor any costs for support beyond the initial 12-month warranty into our current financial proposal, or will that be handled via a separate future agreement?Response to Question 02:Support requirements beyond the twelve (12) months following the formal Go-Live and Acceptance of the solution by the Ministry of Health (MoH) are outside the scope of this RFPQuestion 03:Document states that the awarded offeror must submit a performance bond after the contract signature. Kindly confirm that no bid bond or performance security is required to be submitted alongside the initial RFP proposal?Response to Question 03: As set out under tender particulats, Bid Bond/Proposal security is not required for this RFP.
Edited on:
20-Mar-2026 02:57
Edited by:
webservice@unops.org
New clarification added: Clarification No: 18Questions (Q) and Responses (R):Q1: fullSTAC or Full Stack?R1: .Ensure the use of open Standards, open Technologies, open Architectures, open Content (full-STAC Approach).Q2: Listed commonly used technologies: Are these limited to the list or the vendor could decide on tech complying with open standards?R2: The full-STAC (Open Standards, Open Technologies, Open Architecture and Open Content) approach to be adopted by bidders is defined in the Schedule of Requirements. The technologies listed therein are indicative of the technologies currently in use at the Ministry of Health with existing internal expertise. However, bidders may propose alternative stacks, provided they conform to the full-STAC approach.Q3: What is the underlying virtualization or container orchestration platform currently available (e.g., VMware vSphere, vanilla Kubernetes, OpenShift)?R3: The Ministry of Health has procured servers and established a virtualization platform (Huawei DCS). These servers are housed within a Tier III data center in Sri Lanka, and all solutions are expected to be hosted in this environmentQ4: Is there outbound internet access for fetching external dependencies during CI/CD?R4: YesQ5: Is there a Web Application Firewall (WAF) or an API Gateway already deployed that we must integrate with, or should we include an API Gateway in our deployment?R5: We have a firewall which will provide the necessary functionality. API gateway implemention would be the responsibility of the bidder as stated in the ToR.Q6: What are the exact RTO (Recovery Time Objective) and RPO (Recovery Point Objective) expectations across the Datacenter? Is there a secondary site for active-passive or active-active failover?R6: There is a secondary DR site in active-passive configuration. The primary site will be replicated to the DR with the provided RPO,RTO parametersQ7: For existing systems without native FHIR support (e.g., HHIMS) what are the preferred or currently supported integration protocols? Do they expose REST APIs, SOAP services, or rely on direct database/CSV extracts?R7: The upgrade of HHIMS to support FHIR is part of a separate procurement. It is expected all the necessary FHIR support to be implemented in the relevant EMR solutions.Q8: Will the initial required datasets (e.g., Master Patient Index) natively in FHIR format or will data migration/ETL scripts need to be built to transition them from legacy relational formats?R8: Client registry will be populated from the point of go-live of the DHP in FHIR format and historical data will not sent.Q9: What specific protocols does the existing SLUDI(national Identity Provider) infrastructure currently expose for identity federation (OIDC, SAML 2.0)? Documentation mentions caching and offline authentication; what are the constraints for hospital-level offline authentication? Do hospitals also have their own data centers?R9: SLUDI has not been implemented yet. But it is understood to be based on MOSIP platform and it's supported standards. The hospitals have their own servers.Q10: The RFP specifies response times (e.g., <1s for GET, <2s for Search/Create/Update). What is the anticipated peak Transactions Per Second (TPS)?R10: Please refer clarification No: 12Q11: What is the estimated number of peak concurrent users across the Patient/Clinician Access Modules?R11: Difficult to estimate. But a rough estimate would be 10,000 to 20,000 concurrent users.Q12:What is the estimated total data volume expected to be ingested during the initial data load, and what is the projected year over year growth rate?R12: No bulk load at initiation. As hospitals are integrated this can grow from 3 million records per year to about 2 trillion per year.Q13: Is the Referral system expected to run on a dedicated BPMN/workflow engine or is a state-machine implementation within a service acceptable given the provided requirements?R13: Solutions in alignment with Functional and Non-Functional requirements will be considered. Flexibility of a workflow engine is preferred.Q14: For thin-slice use cases, it talks about a Digital Health Information Warehouse. Are we expected to provide a full Data Warehouse solution or simply the ETL pipelines to route data into an existing data warehouse?R14: Data warehouse is outside the scope of this procurementQ15: Is the vendor strictly responsible for acquiring commercial licenses (if any) or will the MoH provide the licensing agreements?R15: The solutions are expected to be open-source solutions with configuration or customisation, failing which bespoke solutions. Commercial licenses are only considered for the specified Terminologies where the cost needs to be included in the financial proposal.Q16: Will the centralized Audit Repository (mentioned as a support service) be provided or should the vendor need to deploy a node specifically for this?R16: Audit repository is outside the scope of this procurement. However, integration with the already setup audit repository will be the responsibility of the bidder.Q17:The RFP notes integration with HSM/KMS for secure key. Will a physical/cloud HSM device be provided , or should a software-based KMS be proposed?R17: Provided through platform support services bundle
Edited on:
20-Mar-2026 02:47
Edited by:
webservice@unops.org
New amendment added #2: Amendment 02: 1. Addendum to RFP Section II: Schedule of Requirements_RFP_2026_61570 is uploaded under the documents section.2.The following evaluation criterion has been included as part of the qualification criteria for this RFP. The Evaluation Criteria & Scoring Document_RFP_2026_61570 has also been revised to reflect the inclusion of the following criterion and uploaded under the documents section.Qualification Criterion Included: " Offerors submitting proposals for multiple RFPs for DHP components/bundles (including this solicitation and any other solicitations for DHP components/bundles referenced in this TOR) must ensure that the key personnel designated for “full-time” roles are unique to each DHP component/bundle. This requirement is intended to ensure no overlap of full-time key personnel across the awards, as set out in the document "Addendum to RFP Section II: Schedule of Requirements_RFP/2026/61570"3. Deadline for clarifications is revised as follows: Deadline for submission of clarifications under General section:2026-03-20, 11.30 UTC (5:00 PM Sri Lanka time)
Edited on:
19-Mar-2026 02:53
Edited by:
webservice@unops.org
New clarification added: Clarification No: 17Question 01:With reference to the requirement for communication in Sinhala or Tamil for the key personnel resources throughout the project timeline, would it be acceptable to use a translator/interpreter to fulfill this requirement?Response to Question 01:The use of translators or interpreters will not be accepted to meet the "additional requirement" for Key Personnel to communicate in Sinhala or Tamil. If a Key Personnel member does not possess the ability to communicate in Sinhala or Tamil, that individual will not receive points for this requirement alone. Please refer to the “Evaluation Criteria & Scoring Document” in the documents section for a detailed breakdown of the scoring.Question 02:Under Clause 7.2 – “Required educational qualifications and experience of the proposed team,” the above is mentioned as an additional requirement in the RFP. Could you please clarify if this is a mandatory requirement in your evaluation.Response to Question 02:As specified under clause 7.2 of the schedule of requirements, the "Ability to communicate in Sinhala or Tamil" has been identified as a additional requirement. Additional requirements will not be used as a basis for disqualification but will be awarded additional points during the weighted technical evaluation, as outlined in the schedule of requirements.
Edited on:
19-Mar-2026 01:55
Edited by:
webservice@unops.org
New clarification added: Clarification No: 17Question 01:With reference to the requirement for communication in Sinhala or Tamil for the key personnel resources throughout the project timeline, would it be acceptable to use a translator/interpreter to fulfill this requirement?Response to Question 01:The use of translators or interpreters will not be accepted to meet the "additional requirement" for Key Personnel to communicate in Sinhala or Tamil. If a Key Personnel member does not possess the ability to communicate in Sinhala or Tamil, that individual will not receive points for this requirement alone. Please refer to the “Evaluation Criteria & Scoring Document” in the documents section for a detailed breakdown of the scoring.Question 02:Under Clause 7.2 – “Required educational qualifications and experience of the proposed team,” the above is mentioned as an additional requirement in the RFP. Could you please clarify if this is a mandatory requirement in your evaluation.Response to Question 02:As specified under clause 7.2 of the schedule of requirements, the "Ability to communicate in Sinhala or Tamil" has been identified as a additional requirement. Additional requirements will not be used as a basis for disqualification but will be awarded additional points during the weighted technical evaluation, as outlined in the schedule of requirements.
Edited on:
19-Mar-2026 01:54
Edited by:
webservice@unops.org
New clarification added: Clarification No: 16Question 01:We kindly request a one month extension for this project. Your consideration in this regard is highly appreciated.Response to Question 01:The bid submission deadline for this RFP was previously extended by one week. At this stage, no further extensions can be granted.Question 02: As we are positioning a developed product, we will not be in a position to handover the source code to the client, instead will it be acceptable for UNPOS to deposit the source code to the client using the ESCROW mechanism? Response to Question 02: This request does not comply with requirements set out in the schedule of requirements.The product should be either open-source configurable, open-source customizable (permissible to anyone) or bespoke (full IP rights to the Ministry of Health). Software needs to be hosted in the MoH source-code repository and deployed through CI/CD pipelines.
Edited on:
19-Mar-2026 01:29
Edited by:
webservice@unops.org
New clarification added: Clarification No: 15Question:Please let us know the projected expected start date after the tender submision Response:As set out under tender particulars tab, Expected contract award date is 2026-04-30
Edited on:
19-Mar-2026 01:16
Edited by:
webservice@unops.org
New clarification added: Clarification No: 14:Question 01: I am writing to formally request a further extension for the UNOPS – Design, Develop, Test, Implement, and Maintenance of the National Electronic Health Record, National Digital Health Exchange, and Related Support Components project. As this project requires the preparation of a highly competitive and comprehensive proposal, additional time is necessary to ensure that all technical, financial, and compliance requirements are thoroughly addressed. The current submission deadline is 25 March 2026. In order to finalize the proposal with the required level of quality and accuracy, we kindly request a further extension of two (2) weeks beyond the current deadline.Question 02: Given the comprehensive nature and national importance of this initiative, the proposed solution requires the integration of multiple components and the collaboration of several stakeholders possessing diverse technical and domain expertise. Our intention is to deliver a robust, future-ready solution aligned with Sri Lanka’s high healthcare standards, which are widely recognized among its regional peers. To achieve this objective, we are currently coordinating with multiple expert parties to ensure that all aspects of the solution are thoroughly addressed. This includes careful technical evaluation, consolidation of inputs, and preparation of detailed documentation with a strong focus on accuracy, completeness, and long-term sustainability. As this collaborative effort requires additional time to ensure the highest level of quality and precision, we kindly request an extension of at least two (2) weeks for the bid submission. We believe this extension will enable us to present a well-structured, comprehensive proposal that meets the expectations of this critical national healthcare initiative.We sincerely appreciate your consideration of this request and look forward to your favorable response.Question 03: We would like to kindly request a 10‑day extension to the submission timeline, as we are currently completing evaluations and finalizing agreements with our subcontractors to ensure we submit the most robust and optimal solution. Additionally, the submission deadline for RFP/2026/61684 is on the 24th, and preparing this bid alongside the other submission—with only a one‑day gap—presents a significant challenge. Granting an extension will enable us to prepare and submit a comprehensive and well‑detailed proposal.Response:The bid submission deadline for this RFP was previously extended by one week. At this stage, no further extensions can be granted.
Edited on:
19-Mar-2026 01:06
Edited by:
webservice@unops.org
New clarification added: Clarification No: 13Question:I am writing to seek clarification regarding the infrastructure provisions outlined in the Schedule of Requirements for RFP/2026/61570.Document indicates that the Ministry of Health will provide hosting facilities for the DHP components and that the infrastructure will be built on the Lanka Government Cloud.Given this, please clarify the following:Are there any hosting fees, server provisioning costs, or any other form of charges associated with the Lanka Government Cloud and infrastructure that we are expected to factor into our financial proposal?Please confirm whether these costs are fully covered by the Ministry of Health for this project.Response:The Ministry will be hosting the DHP components in Ministry owned server infrastructure colocated in a Tier III Datacentre in Sri Lanka. There is no reference to LGC.Costs associated with the infrastructure stated will not be the responsibility of the offeror.
Edited on:
19-Mar-2026 00:50
Edited by:
webservice@unops.org
New clarification added: Clarification No: 12Q1. What is the expected traffic?- Peak TPS (Transactions per Second)- Average TPS (Transactions per Second)- Message sizes of the request/response that will be processed (in bytes/KB)Response to Q1:As we do not have an existing example to draw upon, the data requested are only rough estimates based on a single institution. For example NEHR transactions were calculated as below for POST transactionP-TPS: 0.27*2000 ~ 500 TPSA-TPS: 0.27*1250 ~ 300 TPS-Message Size: 20-30KBIt should be emphasised this will be increased by GET, UPDATE, [DELETE] requests for NEHR data amounting to a similar number. Transactions for Client Registry, Provider Registry, Facility Registry, Terminology Services, Audit Records is expected to increase the transactions number by many magnitudes.The data loads will initially be small due to fewer integrations and sparse information in the NEHR. Over time with accumulated data, the message sizes are expected to grow significantly.Q2. How many APIs are expected to be created?Response to Q2: As we do not have an existing example to draw upon, these will be rough estimates. As the proposed architecture is a centralised one with all the traffic between blueprint components expected to be routed through the NHDX this is expected to be in hundreds.Q3. What is the expected growth of traffic over the coming years? Response to Q3: Traffic 10GB/month to 300GB/monthQ4. How many integrations and what are the enterprise applications that need to be integrated?Response to Q4: All components of the National Digital Health Blueprint need to be integrated and during the project period the 'thin-slice' components are to be integrated.Q5. What is the number of active users in the system?Response to Q5: Integrations are expected mainly to be between systems. Users to the source systems will be managed by the respective EMRs. We expect all 1600 institutions to be connected to the NHDX in the near future. Human users needing credentials to the system are not expected to exceed 1500.Q6. What is the number of total users in the system?Response to Q6:To account for the turnover of users 3000 would be a rough estimateQ7: "Financial capability - Offeror should have average annual sales turnover of minimum USD 2.5 million over the last 3 years."We would like to seek clarification on the following:1. In the case of a Joint Venture, Consortium, or Association submitting a proposal, must the USD 2.5 million average annual turnover requirement be met: a) By the lead party / designated contact entity alone; b) By each individual member of the consortium independently; or c) On a combined / aggregate basis across all consortium members collectively?2 If the requirement is to be met on a combined basis, should the audited financial statements of all consortium members be submitted to evidence the combined turnover?We note that Section I, Article 4 states that all members of a joint venture, consortium or association must meet the offeror eligibility conditions, however it is not entirely clear whether this financial capability threshold is an eligibility condition applicable to each member individually, or a financial capacity requirement that may be satisfied collectively.Response to Q7:Please see Evaluation method details under Tender Particulars:When a joint venture, consortium or association submits an offer:The proposal documents must be submitted in the name of the leading partner (signed by the leading partner). The duly filled Form A: Joint Venture Partner Information Form , copies of business registration for each of the partners, copies of the audited financial statements for the last three (3) years prior to the deadline for proposal submission for each of the partners, duly filled returnable Form F: Performance Statement Form for each of the partners, must be submitted as part of the proposal.The following evaluation method shall be applied:Each joint venture/consortium/association member must meet formal & eligibility criteria #1 & 5 and qualification criteria #1Lead partner of joint venture/consortium/association must meet formal & eligibility criteria # 3All joint venture/consortium/association members combined must meet all other criterias
Edited on:
16-Mar-2026 09:15
Edited by:
webservice@unops.org
New clarification added: Clarification No: 11Question:Subject: Payment Currency Clarification – RFP/2026/61796, 61830 & 61570We would like to respectfully seek clarification on whether contract payments under the above RFPs can be remitted in USD, either to a USD-denominated account held within Sri Lanka or to an account held abroad, given the current economic situation. We would be grateful for your guidance on this matter.Response:Please refer instruction to offerors clause 17: PROPOSAL CURRENCY(IES) that states"Prices in the Proposal shall be quoted in the currency(ies) stated in the Tender Particulars section. If applicable, for comparison and evaluation purposes, UNOPS will convert the Proposal prices into USD at the official United Nations rate of exchange in force at the time of the Deadline for Proposal Submission. UNOPS reserves the right not to reject any Proposals submitted in a currency other than the mandatory Proposal currency(ies). UNOPS may accept Proposals submitted in another currency than stated above if the Offeror confirms during clarification of Proposals in writing that it will accept a contract issued in the mandatory Proposal currency and that for conversion the official United Nations operational rate of exchange of the day of RFP deadline as stated in the Tender Particulars section shall apply. Regardless of the currency of Proposals received, the contract will always be issued and subsequent payments will be made in the mandatory Proposal currency above"
Edited on:
16-Mar-2026 08:25
Edited by:
webservice@unops.org
New clarification added: Clarification No. 10Question Q1:Regarding the connectathon that needs to be organized by the tenderer, will the tenderer be responsible for covering all the costs related to and associated with the connectathon event? Will these costs be included in the financial proposal?Response to Q1: Yes. The Contractor is responsible for organizing the connectathons for all components within their development scope. Additionally, the Contractor is required to participate in connectathons organized by other bundle contractors (e.g., common registries).To clarify the logistical arrangements and cost expectations:Event Format: Connectathons may be organized as hybrid events. This typically includes an initial physical meeting for introductions, sharing of standards/Implementation Guides (IGs), defining success criteria, and setting up the sandboxing environment. The actual integration work may be executed remotely, concluding with a final physical gathering for formal evaluation.Facilities: Any physical meetings or events requiring a venue for coordination between different vendors will be facilitated by UNOPS.Financial Proposal: All other costs associated with the planning, technical execution, and participation in these events must be included in the financial proposal. Offerors are strongly recommended to provide a granular cost breakdown within their financial submission to ensure transparency.Question 02: Where is information about pre tender meetings shared for our future reference? We could not find the meeting links provided in the clarifications as in other tenders?Response to Question 02: Details of pre-bid meetings and the link to the meeting is provided in the eSourcing platform under tender particulars tab identified as "Clarifications/pre-bid meeting details". Minutes of the pre-bid meetings are uploaded under the documents tab.
Edited on:
16-Mar-2026 06:54
Edited by:
webservice@unops.org
New clarification added: Clarification No: 09Question:Is it possible to provide an escrow arrangement instead in place of sharing the complete product source code.Response:This request does not comply with requirements set out in the schedule of requirements.The product should be either open-source configurable, open-source customizable (permissible to anyone) or bespoke (full IP rights to the Ministry of Health). Software needs to be hosted in the MoH source-code repository and deployed through CI/CD pipelines
Edited on:
12-Mar-2026 08:12
Edited by:
webservice@unops.org
New clarification added: Clarification No: 08Q1- We have some documents to show our technical specifications, project management approach, infrastructure, etc. which we believe are crucial to demonstrate our ability to meet the tender requirements, where do we upload these documents? We checked the vendor submission form but couldn't find relavent place to upload. Response to Q1:You may upload under Vendor Submission ->Document checklist tab. Multiple files can be uploaded under each document listed in this section. For further details refer https://esourcing.unops.org/#/Help/GuidesQ2- As for questions in returnable form D (Technical proposal form), can we answer the questions in a separate document that we attach to provide a more comprehensive and organized response? Where can we add the attachment? Response to Q2: Yes, you may. But you must fill Form D and provide clear reference to the addional document(s) to be considered for the response. You may upload additional documents under Vendor Submission ->Document checklist tab. Multiple files can be uploaded under each document listed in this sectionQ3- In the event of a consortium, do all members sign the returnable forms or only the leading tenderer? Response to Q3: Please see details provided under tender particulars.For Joint Venture, consortium, or association:Registration in UNGM : The lead partner must be registered in UNGM (registration of all members in UNGM is preferred).Submission : All bid documents must be submitted in the name of the leading partner (signed by the lead partner). The submission must be made by the leading partner through their UNGM account.Authorization: If the forms are signed by a non-lead partner, the proposal should accompany a duly executed Power of Attorney(POA) authorising the non-lead partner to sign the submission documents on lead partner's behalf. Q4- Regarding returnable form D, 1.3, is the answer only provided by leading tenderer or can a member of the consortium add their experience in their region?Response to Q4: The experience of each member may be provided, ensuring that the details of experience provided are clearly linked to the respective member organisation. Please note that in Question 1.3 of Form D, the location being referred to is Sri Lanka and the wider region in which it is situated.
Edited on:
11-Mar-2026 12:27
Edited by:
webservice@unops.org
New clarification added: Clarification No: 07Questions:Q1: We are currently in the process of preparing our proposal for the above-mentioned tender. We have a keen interest in participating and wish to provide a comprehensive and high-quality submission that fully addresses UNOPS' requirements. However, due to the complexity of the technical specifications requiring additional coordination with sub-consultants. Recent clarifications provided on the portal that require us to adjust our technical approach & the need for further internal due diligence to ensure a competitive and cost-effective financial proposal. We kindly request a bid closing deadline extension of 14 working days. Q2: We kindly request an extension of the tender submission deadline by two weeks. This additional time will allow us to finalize the required documentation and ensure a comprehensive submission. Q3: As this project requires the preparation of a highly competitive and comprehensive bid, additional time is necessary to ensure that all technical, financial, and compliance requirements are carefully addressed. The current submission deadline is 18-03-2026. In order to finalize the proposal with the required level of quality and accuracy, we kindly request an additional extension of three (3) weeks beyond the current deadlineQ4: .To ensure we provide a comprehensive and highly competitive submission that fully addresses the technical requirements of this project, we would like to formally request two weeks extension of the submission deadline.Q5:We are currently in the process of preparing our proposal for the above-mentioned tender and have a strong interest in participating. Our intention is to submit a comprehensive, high‑quality proposal that fully meets UNOPS’ requirements. We kindly request an extension for the bid submission deadline.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:2026-03-25, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-18, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-30
Edited on:
11-Mar-2026 09:32
Edited by:
webservice@unops.org
New clarification added: Clarification No: 06Question:We write to formally request a two (2) week extension to the current submission deadline of 18 March 2026, moving it to 1 April 2026. This request is grounded in substantive organisational, architectural, and technical dependencies between RFP/2026/61570 and the concurrently active solicitation RFP/2026/60951 (Registries — Bundle #1), which is currently due for submission on 16 March 2026.We respectfully submit the following grounds for this request:A. Organisational DependencyBoth solicitations require the same specialised pre-sales, proposal management, and solution documentation functions given the depth of expertise required. Two calendar days is operationally insufficient to close and quality-assure one major national health system proposal and simultaneously complete another of equal complexity. Additionally, Section 13 of the 61570 TOR prohibits full-time key personnel overlap across bundles. Confirming and certifying a compliant non-overlapping team for 61570 is only possible after 60951 personnel commitments are finalised on 16 March, leaving no viable window.B. Architectural Methodology DependencyAlthough separate delivery teams are proposed for each bundle, both proposals must reflect a unified architectural methodology to ensure DHP-wide coherence, as required by CC.INT.14 and CC.INT.15 of the 61570 TOR. This requires a structured sequential process: the 60951 architecture must reach sufficient finality; a common methodology must be extracted and documented; the 61570 architecture team must align their approach accordingly; and the proposal team must repackage the 61570 submission to reflect this. This multi-step handoff cannot be completed responsibly in two days.C. Technical DependenciesThe following dependencies, drawn directly from the 61570 TOR, demonstrate that the 60951 Registry architecture is a prerequisite input to the 61570 proposal:C.1 Registry FHIR Profiles and API Contracts Under NEHR.FN.25 and NEHR.FN.26, the NEHR must validate all identifiers against the Registries in real time and perform ongoing reconciliation with the Client Registry. The FHIR profiles, identifier namespaces, and API contracts from 60951 directly determine the integration adapter scope and data model design in the 61570 proposal. These cannot be accurately scoped without the 60951 architecture being known.C.2 PHN Model and Patient Identity Architecture The NEHR's multi-identifier aggregation (NEHR.FN.28), timeline generation (NEHR.FN.27), and the entire Patient Access Module are structurally dependent on how PHN is issued and managed under 60951. Different PHN implementation approaches produce materially different NEHR architecture decisions and cost implications, making accurate proposal formulation impossible without this input.C.3 Identity Provider Federation Design The IdP under 61570 must federate with the Client Registry for patient identity proofing (FR-06, FR-23). OIDC realm configuration and SMART on FHIR scope enforcement (FR-19) are directly shaped by the Registry's identity model from 60951. This architecture cannot be responsibly finalised without that input.C.4 e-Referral Integration Scope RAM-001 requires real-time Registry validation for every referral transaction. The API design and authentication patterns from 60951 determine the complexity and cost of this integration in 61570. Pricing this without knowing the Registry contract creates material commercial risk and produces proposals that are not genuinely comparable.C.5 Connectathon Planning The 61570 scope requires a credible Connectathon readiness plan as a formal deliverable and mandates coordination with common service owners under CC.INT.14 and CC.INT.15. This plan requires knowledge of the Registry contractor's sandbox environment and integration timeline — neither of which is available before 60951 is resolved.D. Fairness to All BiddersThese constraints are not unique to our organisation. Any bidder of sufficient capability to respond to both bundles faces the same structural limitations. The current timeline risks reducing the quality and competitiveness of proposals received for 61570 — an outcome that does not serve the interests of UNOPS or the Ministry of Health. A two-week extension would allow all prospective bidders to produce technically credible, well-informed responses.We respectfully request an extension of the RFP/2026/61570 submission deadline to 1 April 2026 and are available to discuss this request with the procurement team at any 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:2026-03-25, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-18, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-30
Edited on:
11-Mar-2026 08:57
Edited by:
webservice@unops.org
New clarification added: Clarification No: 05Question: Kindly grant an extension for bid submission due to complexity of this project.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:2026-03-25, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-18, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-30
Edited on:
11-Mar-2026 08:45
Edited by:
webservice@unops.org
New amendment added #1: Amendment 01: 1. Pre-bid meeting minutes have been uploaded in the documents section 2. 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:2026-03-25, 11.30 UTC (5:00 PM Sri Lanka time) Deadline for submission of clarifications under General section:2026-03-18, 11.30 UTC (5:00 PM Sri Lanka time)Expected Contract award date under particulars section:2026-04-30
Edited on:
11-Mar-2026 05:43
Edited by:
webservice@unops.org
New clarification added: Clarification No: 03Question: Could you please give an extension by one week for this tenderResponse: We will not be able to provide an extension to bid submission deadline at this stage.
Edited on:
03-Mar-2026 13:50
Edited by:
webservice@unops.org
New clarification added: Clarification No: 04Question:We refer to the above-mentioned tender: RFP/2026/61570 – Design, Develop, Test, Implement and Maintenance of National Electronic Health Record, National Digital Health Exchange and Related Support Components for the Ministry of Health and Mass Media, Sri LankaWe kindly request an extension of the submission deadline by 3 weeks. This additional time will allow us to prepare a thorough and compliant proposal that meets all the technical and administrative requirements outlined in the tender documents.We would be grateful if you could confirm the revised submission timeline at your earliest convenience.Response:We will not be able to provide an extension to bid submission deadline at this stage.
Edited on:
03-Mar-2026 13:50
Edited by:
webservice@unops.org
New clarification added: Clarification No: 02Question: We noticed that the following forms are not available in the “Documents” tab of the tender portal. Kindly request you to share the relevant documents at your earliest convenience, as they are required for the completion of our submission.Form B: Proposal Submission FormDocument Category: Bid Submission FormStatus: Not AvailableForm D: Technical Proposal FormDocument Category: Technical ProposalStatus: Not AvailableForm G: Statements of Exclusivity and AvailabilityDocument Category: Key Personnel CVsStatus: Not AvailableForm H: Self Disclosure FormDocument Category: OtherStatus: Not AvailableAdditionally, we would appreciate it if you could provide a direct email address or contact details for any further clarifications regarding this tender.Response :The requested documents are provided in the documents titled "RFP_Section_III_Returnable Bidding Forms_RFP_2026_61570.docx" under the documents tabAny clarification on this RFP must be submitted through the eSourcing Platform.
Edited on:
03-Mar-2026 08:22
Edited by:
webservice@unops.org
New clarification added: Clarification No: 01Questions: Q1: . A Data warehouse is mentioned in the RFP. Is there a pre-existing warehouse, or is it a work in progress?Response: Data warehouse is to be established under a seperate procurement bundleQ2. What is the maturity status of NEHR?Response: NEHR is to be developed under this tenderQ3. Is there any widely used open-source EMR in Sri Lanka? (deployed in private and public facilities)Response: Ministry does not maintain an Open-Source EMR that is made available to the public. There could be other solutions outside of the Ministry of Health knowledge/control.Q4. What is the current digitalization landscape in Sri Lanka (in terms of adoption in both private and public sectors and vertical programs)?Response : The scope of work is clearly mentioned in the ToR. Please follow the ToR.
Edited on:
27-Feb-2026 16:03
Edited by:
webservice@unops.org