Notice Information
Notice Title
For the Provision of Conference Chairs to BWUH (Belfast Waterfront Ulster Hall )
Notice Description
The selected contractor will be tasked with providing BWUH with suitable conference seating for ICC Belfast as part of an upgrade to the current furniture inventory. This tender invites responses from qualified candidates for the following: * Supply of seating * Supply of seating transportation systems * Suitable warranty
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0697a0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/043884-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
-
- CPV Codes
39110000 - Seats, chairs and related products, and associated parts
39153000 - Conference-room furniture
Notice Value(s)
- Tender Value
- £90,000 Under £100K
- Lots Value
- £90,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 May 2026Yesterday
- Submission Deadline
- 8 Jun 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jul 2026 - 31 Oct 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BELFAST WATERFRONT AND ULSTER HALL LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 3WH
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/043884-2026
13th May 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0697a0-2026-05-13T13:19:46+01:00",
"date": "2026-05-13T13:19:46+01:00",
"ocid": "ocds-h6vhtk-0697a0",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-NI635764",
"name": "BELFAST WATERFRONT AND ULSTER HALL LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "NI635764"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPHX-1163-VLLL"
}
],
"address": {
"streetAddress": "ICC Belfast | Waterfront Hall",
"locality": "Belfast",
"postalCode": "BT1 3WH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "davidsonciara@iccbelfast.com"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-COH-NI635764",
"name": "BELFAST WATERFRONT AND ULSTER HALL LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-0697a0",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "For the Provision of Conference Chairs to BWUH (Belfast Waterfront Ulster Hall )",
"description": "The selected contractor will be tasked with providing BWUH with suitable conference seating for ICC Belfast as part of an upgrade to the current furniture inventory. This tender invites responses from qualified candidates for the following: * Supply of seating * Supply of seating transportation systems * Suitable warranty",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "39110000",
"description": "Seats, chairs and related products, and associated parts"
},
{
"scheme": "CPV",
"id": "39153000",
"description": "Conference-room furniture"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 108000,
"amount": 90000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "closed",
"description": "This framework relates to the appointment of a single supplier for the supply and delivery of conference chairs and associated transportation trolleys for ICC Belfast. The procurement is being conducted using the Open Procedure under the Procurement Act 2023. Contracts awarded under the framework will be based on the pricing submitted within the Schedule of Costs forming part of the Invitation to Tender documentation. Award will be made to the supplier submitting the Most Advantageous Tender (MAT) based on the published quality and cost evaluation criteria. No further competition process is anticipated following award. The framework is intended solely for the procurement requirements described within the tender documentation and is not intended for wider multi-authority use."
}
},
"submissionMethodDetails": "Suppliers wishing to participate in this procurement must first declare their interest by email to Deirdre.breen@authenticate.ie. www.authenticate.ie Following registration of interest, suppliers will be provided with access to the procurement documents and the electronic tender submission process via the Authenticate e-sourcing portal (SourceDogg). Final tender submissions must be submitted electronically through the Authenticate e-sourcing portal. Submissions by email will not be accepted.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-06-08T23:59:59+01:00"
},
"enquiryPeriod": {
"endDate": "2026-06-05T23:59:59+01:00"
},
"awardPeriod": {
"endDate": "2026-07-03T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 108000,
"amount": 90000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project Management",
"description": "Detail how you will manage and utilise staff to provide a dedicated, consistent service in the delivery of the Contract requirements, ensuring to address the following key aspects in your response: - (i) Methodology: Describe your approach to managing such projects Include a proposed Gantt chart or similar schedule highlighting critical milestones, dependencies, and completion dates. How will you address potential challenges, delays, or disruptions to ensure the project remains on track? (ii) Management Team: Describe the management and service team that will be responsible for delivering this project. Include the roles, qualifications, and relevant experience of key personnel. Provide an organisation chart which demonstrates this structure. (iii) Communication. Explain your communication methodology you will use throughout the project and describe how you will ensure that BWUH and other stakeholders are kept informed and involved during each stage of the project?",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Sustainability",
"description": "Explain how your organisation incorporates sustainability practices into your services. Specifically: i. Organisations approach to Sustainability: Describe your organisations initiatives aimed to reduce environmental impact, such as minimising waste, conserving energy, or reducing emissions. Provide examples of how your organization has delivered environmentally responsible solutions in similar projects, and outline the outcomes achieved ii. Sustainable Products: Describe how the sustainability journey of the manufacture of the product. Such as; Materials sustainability, Product Lifecycle, Upholstery, frame materials, recyclability.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Delivery",
"description": "Describe your approach to procuring the equipment required as part of this project. Specifically: (i) Equipment Supply: Describe your organisation's access to furniture products and vendors and any relationships / partnerships you have with vendors or please indicate if you are the manufacture. (ii) Procurement Approach: Explain how your procurement process will guarantee the timely supply of materials and equipment, particularly in light of potential supply chain challenges. (iii) Aftercare Service: Describe the aftercare services you will provide following project completion, including details of any warranties, maintenance plans, or extended support agreements included in your proposal.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Tenderers must demonstrate that they have the legal and financial capacity to deliver the contract requirements described within the procurement documents. Tenderers must confirm that they are not subject to any mandatory or discretionary exclusion grounds under the Procurement Act 2023. The successful tenderer will be required to maintain appropriate levels of insurance throughout the contract period, including: * Employers Liability Insurance: minimum PS10 million * Public Liability Insurance: minimum PS10 million * Professional Indemnity Insurance: minimum PS2 million Equivalent insurance arrangements or evidence of ability to obtain such cover prior to contract award will be accepted. Tenderers may be required to provide evidence of financial standing, including turnover information or other appropriate financial information relevant to the scale of the contract."
},
{
"type": "technical",
"description": "Tenderers must demonstrate relevant experience in the supply and delivery of commercial-grade furniture or capital equipment of a similar nature and scale. Tenderers are required to provide details of at least two comparable projects delivered within the previous five years, including client references where available. Tenderers must demonstrate the capability to provide: * Commercial-grade conference seating suitable for heavy daily use * Compatible transportation and storage solutions * Delivery and implementation support * Warranty and aftercare support Equivalent qualifications, certifications, standards, and evidence of technical competence will be accepted."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2026-10-31T23:59:59Z",
"maxExtentDate": "2026-12-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Dates allowed for order"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-15918",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-15918",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-15919",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-15919",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-15920",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-15920",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "A-15926",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-15926",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "043884-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043884-2026",
"datePublished": "2026-05-13T13:19:46+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Payment will be made within 30 days of receipt of a valid and undisputed invoice following delivery and acceptance of the goods by the Contracting Authority. Invoices must clearly reference the relevant purchase order number and include sufficient supporting information relating to the goods supplied. Invoices shall only be submitted once the goods have been delivered and accepted by the Contracting Authority in accordance with the contract requirements. Any disputed invoices will be addressed through discussion between the Contracting Authority and the supplier, with payment of undisputed amounts processed in accordance with agreed payment terms."
},
"riskDetails": "Potential risks to contract performance may include supply chain disruption, manufacturing delays, transportation delays, material shortages, product discontinuation, or delivery scheduling conflicts that could impact the timely supply and delivery of the required conference seating and associated transportation equipment. Additional risks may include failure to meet the specified technical, durability, safety, warranty, or compliance requirements outlined within the procurement documentation. The Contracting Authority will mitigate these risks through supplier evaluation, contract management arrangements, implementation planning, and ongoing communication with the appointed supplier throughout the delivery period."
},
"language": "en"
}