Skip to main content

Tender Notice to Supply for Sound Systems and Accessoiries for Five Technical Secondary School (TSS) Sites

SOCIETY FOR FAMILY HEALTH (SFH) RWANDA

P.O BOX: 3040, Kigali –Rwanda; Located in Kicukiro District- Gahanga Sector, Nunga Cell, Road
Opposite Gahanga market towards Gakinjiro site on KK15RD - KK 52
AVE, Email:procurement@sfhrwanda.org, Website:www.sfhrwanda.org.rw 

SUPPLY TENDER FOR SOUND SYSTEMS AND ACCESSOIRIES FOR FIVE TECHNICAL
SECONDARY SCHOOL (TSS) SITES

Tender Reference Number: 007/ SOUND SYSTEMS SUPPLY TENDER/SFH/2026


Procurement Method: National Open Competitive Tender 

March, 2026

TENDER FOR SUPPLY OF FIVE (5) SETS OF SOUND SYSTEMS

SOCIETY FOR FAMILY HEALTH RWANDA (SFH Rwanda) wishes to sign a contract with a Supply company registered and located in Kigali that will provide Supplies to SFH Rwanda; all in a supply agreement for a frame work supply agreement for supply and installation of five (5) sets of sound systems under UNFPA- KURA NAWE PROJECT FUNDS.

Bidders are encouraged to respond with their best price initially, as there may not be an opportunity to submit revised bids as there will not be time to update the cost. All offers should be on a fixed prices basis, and should be submitted in a sealed envelope to SFH Rwanda reception at the Head Office.

General Information about SFH Rwanda

SFH is a non-profit organization, established in 2012 under the laws of Rwanda. SFH is organized exclusively for social marketing purposes, with primary focus in public health. 

Society for Family Health (SFH) Rwanda, P.O Box.3040, Kigali is currently located Located in Kicukiro District- Gahanga Sector, Nunga Cell, on KK15RD - KK 52 AVE,. 

PART I: TENDER SUMMARY

SFH Rwanda invites you to bid through a competitive tender process on equal ground; please read the tender package carefully and comply with all submission guidelines using the tender reference number above for all correspondences. Failure to comply with submission guidelines may prompt SFH Rwanda to disqualify your submission. 

The table below provides basic information about the promotional materials Supplies tender; including the proposed type of award contract for the selected from this process.

TENDER SUMMARY

Supply being tendered 

SUPPLY OF FIVE (5) SETS OF SOUND SYSTEMS

Type of contract planned

One year supply contract Renewable 

Date tender launched

27th March 2026 

Submission deadline

29th April 2026 at 11h00 

Public opening date

29th April 2026 at 11h20 

Public opening location

SFH Rwanda conference room

Inquiry contact email

procurement@sfhrwanda.org

ALLOWED BIDDERS

ONLY Bid Companies located in Kigali City are Preferred

Deadline for Inquiries

2 days before submission deadline

PART II: BID SUBMISSION GUIDELINES

II.1 Format and Content of Bids

Bidders MUST comply with the format and content instructions in the table below. Failure to comply with the submission format and content below may disqualify your offer. 

BID FORMAT AND CONTENT

N# of bid copies required

Signed and stamped (1 ORIGINAL AND ONE PHOTOCOPY)

Bid language

English 

Minimum Bid Contents

Signed submission letter

Signed and stamped financial offer Bid 

Bid currency

Rwandan Francs 

Bid pricing

VAT Exclusive (ALL BIDDING COMPANIES MUST BE ABLE TO OFFER EBM RECEIPTS)

Bid validity

At least 90 days from bid receipt

Bid submission format

Hand delivery by hard copy in a sealed envelope signed or stamped across the seal. 

NOTE: NO ELECTRONIC SUBMISSION ALLOWED

Complete Bid submission Address 

SFH RWANDA

SUPPLY OF FIVE (5) SETS OF SOUND SYSTEMS

Attention: Executive Director

PO Box 3040; Kicukiro District-, on KK15RD - KK 52 AVE

Telephone: 0788305685

Tender Ref. N#: 007/SUPPLY OF FIVE (5) SETS OF SOUND SYSTEMSTender/SFH/2026

II.2 Submission and Handling of Bids

(a) Bids are to be delivered by hand delivery/courier in a sealed envelope at SFH Rwanda reception desk to the submission address above in section II.1.

(b) In order to be considered, the original bid must be received at the above address or number (as applicable) no later than the submission deadline in Part 1. Bidders are solely responsible to ensure the timely receipt of their bids. Bids received after the date and time required will generally not be considered unless no other bids are received.

(c) Bids must follow the format and content described in section II.1. Incomplete bid or bids which do not follow the submission guidelines may be disqualified from consideration. Each bid must include a manually signed, stamped fully binding one original Bid, and one (1) copy, valid for ninety (90) days after the Last Bid Receipt Date.

(d) Bids will be opened in public on the Public Opening Date and Location in Part 1. 

(e) Once opened, bids will be held secure and intact. Reasonable efforts will be made to protect them from loss, alteration, or disclosure to any person other than SFH Rwanda, or any person unauthorized by SFH Rwanda. However, SFH Rwanda will not be liable to any bidder for any failure to comply with this Section 2.4(f).

(f) Bids may not be altered, corrected or withdrawn after the Last Bid Receipt Date. In exceptional cases, SFH Rwanda may, at its sole discretion, permit correction of arithmetic errors, transposition errors, or other clerical minor mistakes. This is only possible in cases where SFH Rwanda can clearly identify the mistake and where the intended bid can be established conclusively on the face of the submission.

Beyond arithmetic errors, transposition errors, or other clerical minor mistakes, no mistakes alleged by a bidder after the Submission Deadline will be permitted to be corrected.

PART III: TECHNICAL SPECIFICATIONS TO BE USED IN BIDDING COST for Supply, Transporting and delivery with onsite Installation for Five (5) Sets of Sound Systems

  • All quotes should be with delivery at SFH offices, Gahanga Sector, Nunga Cell, KK15 Road - KK 52 AVE
  • Delivery time should include all the total delivery Quantity in business days
  • Prices can be issued in Rwandan francs for Supply, Transport and delivery, installation and onsite orientation to End users on use of equipment at the 5 sites in different locations.

TECHNICAL SECONDARY SCHOOL (TSS) SITES FOR DELIVERY AND INSTALLATION OF SOUND EQUIPMENT 

  1. GASABO DISTRICT TVET AT GACURIRO TSS
  2. NGOMA DISTRICT TVET AT GS JARAMA TSS
  3. NGOMA DISTRICT TVET AT GS GAHIMA TSS
  4. KIREHE DISTRICT TVET AT GS KIREHE TSS
  5. KIREHE DISTRICT TVET AT GS PAYSANNAT LD

All deliveries will be at the TECHNICAL SECONDARY SCHOOL (TSS) will be done after Tagging of the Equipment in collaboration with SFH Teams before full delivery.

TECHNICAL SPECIFICATIONS FOR SOUND SYSTEM EQUIPMENT FOR FIVE TSS SITES

ORDER ITEM

SPECIFICATIONS 

QUANTITY NEEDED PER TSS SITE

UNIT COST PER SITE IN RWF AND TAXES 18% EXCLUSIVE 

TOTAL COST OF FIVE SITES IN RWF AND TAXES 18% EXCLUSIVE

MARTIN AUDIO SPEAKER 

single range ratepower from 300w-500w frequency 65HZ (220v), power supply 220 V

5

MARTIN AUDIO SPEAKER 

full range rate power from 300w-1200w frequency 65HZ (220v) power supply 220 V

10

MARTIN AUDIO SPEAKER 

Sub-woofer (Bass) rate power from 1800w-3500w frequency 65HZ, power supply 220 V

5

TRIPOD ORIGINAL

5

SPEAKER 

cable 2.5*2 – 100 M;

5

SPEAKON 10

10

JAGUES 10;

10

Microphones 

Wireless Microphone Shure

10

Ultra-Drive Pro:

DCX2496 Behringer, Ultra- High precision Digital 24-Bit/96 KHZ Loud speaker management system;

5

Dynamic Microphone 

Dynamic Microphone with windshield

10

TRIPOD FOR MICROPHONE

Tripod for microphone wired dynamic;

5

Mixer and Amplification mixer

Yamaha 10 plus (MG166C X USB);

5

Power Amplifier

Behringer EP 4000 Professional Amplifier (Euro Power), output power 2000w - 4000W

5

Mixer & Amplifier stand & Rack

5

Speaker stands 

10

Extention cable 50 M;

5

Extension cable with 6 ports KADRIS

5

TOTAL COST FOR SUPPLY, INSTALLATION, DELIVERY AND ON SITE TRAINING OF END USERS FOR FIVE SITES IN RWF AND TAXES 18% EXCLUSIVE

PART V: STANDARD PROVISIONS

V.1 Definitions and Headings

Except otherwise provided contrary to what is herein, all time periods specified shall be consecutive calendar days. The term “Tender Package” refers to the entire document, including all attachments thereto. Any headings contained in the text of the Tender Package are for reference only, and do not alter, limit, or waive the content of the full provisions.

V.2 Donor Guidelines and Policies

(a) The procedures followed by SFH Rwanda in making any award and contract resulting from this Tender Package, as well as the terms and conditions of such award and contract, will be based on the SFH Rwanda Procurement Manual. 

(b) Prospective companies providing this service should also note that a primary requisite for SFH Rwanda is to obtain the most valuable offer on the current market. Whenever possible, bids are sought on a competitive basis, and all prices offered will be subject to detailed scrutiny and, possibly, negotiation if necessary to ensure reasonable contract price is obtained.

V.3 Tender Package

This Tender Package should not be considered an award or contract as it is intended solely for the provision of information to prospective service providers.

V.4 Review of Tender Package

 Prospective service providers are solely responsible to examine carefully all of the terms and conditions of this Tender Package. Failure to do so will be at the prospective supplier’s risk and expense, and any items requested by SFH Rwanda but not submitted by bidder are grounds for disqualification from the tender. 

Any ambiguities in the technical specifications and standards or inconsistencies between or among the various provisions of the Tender Package shall be resolved against the prospective Service provider if she/he fails to seek clarification prior to award.

V.5 Probity and Ethics

In the purchasing efforts SFH Rwanda follows, and by virtue of the submission of their bids, all bidders commit to follow the guidelines contained in the SFH Rwanda Procurement Manual.

V.6Language

All documents submitted in response to this Tender Package, as well as all correspondences in connection with the Tender Package, shall be in the language specified in Section II.1, always in English. The final contract will be written and signed in English.

V.7 Inquiries

 Inquiries concerning this Tender Package and any return bid(s) must be submitted in writing ten days before the submission deadline to permit a thorough and accurate response by SFH Rwanda. Such inquiries shall be sent by telephone at 0788305685 or by email through procurement@sfhrwanda.org using the contact information included in Section II.1. SFH Rwanda is under no obligation to consider or respond to questions that are not received in a timely manner.

V.8 Evaluation of Bids

A. ADMINISTRATIVE CRITERIA for All Lots 

  • Copy of Business Registration certificate or Certificate of domestic Company Registration to transact in printing services. 
  • Valid Original Contribution clearance certificate from RSSB 
  • Valid Original tax clearance certificate (attestation de non-creance) from RRA
  • Certificate of Current Standing for non-bankruptcy delivered by RDB.
  • Proof of payment of a non-refundable fee of Fifty thousand Rwandan francs (50,000Rwf) paid into:

Bank Name: Access Bank (Rwanda) Ltd

Account Name: SOCIETY FOR FAMILY HEALTH RWANDA

Account Number: 1002190101953001

Currency: RWF

The Company that will not have filled any of aforesaid conditions will be eliminated and their bids will not be considered for the next evaluation stage.

B. TECHNICAL CRITERIA with a combined score at 50 % 

  1. At least FOUR (4) References/Recommendations letters for proof of Experience & Past Performance from former/current clients with full contact names and addresses for supply scored at8%
  2. At least FOUR (4) contracts/Purchase orders from former/current clients with full contact names and addresses for supply scored at16%
  3. Delivery time: Shortest delivery time in Business days offered will be most preferred scored at12%.
  4. Submit a catalogue or photo of each item to be supplied for comparison scored at 4 marks
  5. Warranty Period andAfter-Sales Supportof the machines scored at 10 marks 

C. FINANCIAL CRITERIA 50%

The financial criteria to be followed will be based on the lowest price that will be most preferred after the Technical criteria score. 

The overall winner will be determined after combining both Technical and Financial Scores for companies that have been prequalified. 

V.9 AMENDMENTS 

If at any time prior to award SFH Rwanda deems there to be a need for a significant modification to the terms and conditions of this Tender Package, SFH Rwanda will issue such a modification as a written Tender Package amendment to all competing bidders using an addendum posted through all the channels used in sending out the tender package. No oral statement of any person shall in any manner be deemed to modify or otherwise affect any Tender Package term or condition, and no bidder shall rely on any such statement.

V.10 PRICE VERIFICATION

If adequate competition is not achieved in the tendering process, the right is reserved for any otherwise compliant bid to be referred to SFH Rwanda who may, at their discretion, authorize a price verification exercise to be undertaken on their behalf by an organization or delegated SFH Staff. In such an eventuality, the bidder will be required to give details of the services tendered for, together with details of any costing used or undertaken in preparing the bid.

V.11EXTENSION OF BID VALIDITY DATES 

When necessary and appropriate under the circumstances, SFH Rwanda may request bidders, in writing, to extend the validity period of their bids and Bid Securities (if any). A bidder may refuse to extend its bid; however, its bid will be disqualified. A bidder agreeing to extend will not generally be permitted or required to modify their bid in any manner other than to extend it.

V.12REJECTION OF TENDERS

(a) SFH Rwanda is not bound to accept the lowest bid and reserves the right to reject any tender in whole or in part and to reject any or all tenders without assigning any reason. Circumstances in which rejection of all bids may occur include, without limitation, the following:

none of the bids is adequately responsive to the specifications, 

there is evidence of insufficient competition, 

  1. the lowest bid exceeds the estimated value or funds available and cannot be reduced by negotiation, 
  2. the quality of the tender is deemed insufficient
  3. the technical or financial bases of procurement have changed materially prior to the award, or The prices of the bid are obviously and clearly high.

V.13TERMS OF AWARDS

(a) All awards are subject to the availability of adequate funds from SFH Rwanda and the receipt of all required approval from SFH Rwanda and the donors.

(b) Upon receipt of SFH Rwanda and/or the indenter’s approval of the recommended award, to the extent required, SFH Rwanda will send a Notice of Award to the winning bidder and will inform unsuccessful bidders that they have not been selected.

IV.14. NOTIFICATION OF TENDER AWARD

The bidder whose proposal attains the highest score, in accordance with the evaluation criteria in the present request for proposals shall be selected for award, subject to satisfactory conclusion of negotiations if deemed necessary.

The procuring entity shall notify the successful bidder of its selection results and at the same time inform other unsuccessful bidders of the decision. In the absence of a challenge by any other bidders within seven (7) days of the notice, the contract shall be signed by both parties.

IV.15. PAYMENT TERMS

SFH Rwanda undertakes to pay 100% of invoice after submission of EBM and Delivery note to the satisfaction of the client paid within Max of 15 working days upon reception of documents.

HOW TO APPLY: Submission and Contact Information 

Interested Bidders should submit their expressions of interest in TWO HARD COPIES (ONE Original and ONE Copy) in one envelope composed of both technical and financial proposals (in English), submitted at SFH Rwanda reception located at located at Gahanga – Nunga Cell

not later than the submission deadline of 29th April 2026, at 11:00am local time and public opening of sealed bids on the same date of 29th April 2026, at 11:20am in SFH Rwanda Conference Room at Gahanga – Nunga Cell, Road Opposite Gahanga market towards Gakinjiro site on KK15RD - KK 52 AVE.

Any Inquiry regarding this tender can be through only the contact
email procurement@sfhrwanda.org onTel: 0788305685 or Jerome for directions regarding sites on 0788232474 

SFH Rwanda welcomes your bid in this competitive process,

Approved by: Janepher TURATSINZE 

CHIEF OPERATING OFFICER

Click on the APPLY button to send your application documents:
  • Your application will be sent to the employer immediately (Allowed formats: .doc .pdf .txt .docx)
  • A confirmation email will be sent to you few minutes afterwards
  • You can request any documents archived from our website (ex: a job description, a CV, a cover letter...)