Tender

For the Provision of Conference Chairs to BWUH (Belfast Waterfront Ulster Hall )

BELFAST WATERFRONT AND ULSTER HALL LIMITED

This public procurement record has 1 release in its history.

Tender

13 May 2026 at 12:19

Summary of the contracting process

This procurement process, initiated by Belfast Waterfront and Ulster Hall Limited, seeks to acquire conference chairs for the ICC Belfast, as part of an upgrade to the existing furniture inventory. The tender, titled "For the Provision of Conference Chairs to BWUH (Belfast Waterfront Ulster Hall)," falls under the industry category of goods, specifically conference-room furniture, and is being conducted through an open procurement method. Located in Belfast, UK, the process is in the tender stage, with key dates including an enquiry period ending on 5 June 2026 and a deadline for final submissions on 8 June 2026. The expected contract period is from 31 July 2026 to 31 October 2026, with possible extensions until 31 December 2026. This procurement will appoint a single supplier without reopening competition, and it adheres to the Procurement Act 2023.

This tender offers significant business growth opportunities, particularly for suppliers specializing in commercial-grade furniture and equipment. The requirement for conference seating and transportation systems, alongside warranties, presents an advantageous scenario for businesses with robust project management, sustainability practices, and reliable service delivery systems. Companies familiar with dealing with public undertakings and those possessing valuable experience in similar projects are well-suited to compete. The open procedure enables Small and Medium Enterprises (SMEs) to participate, offering a broadened competitive field and increasing their chances of expanding market reach. The successful bidder will benefit from the framework's structured evaluation process focusing on quality and cost, which allows companies with strong product offerings and competitive pricing to excel.

Find more tenders on our Open Data Platform.
How relevant is this notice?

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}