Tender

Supply of Signage

  • Anchor Hanover Group

F02: Contract notice

Notice identifier: 2025/S 000-005014

Procurement identifier (OCID): ocds-h6vhtk-04dedf

Published 13 February 2025, 4:37pm



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

2 Godwin Street

Bradford

BD1 2ST

Contact

Andrew Hopkins

Email

andrew.hopkins@anchor.org.uk

Telephone

+44 7929826033

Country

United Kingdom

Region code

UKE41 - Bradford

National registration number

7843

Internet address(es)

Main address

https://www.anchor.org.uk/

Buyer's address

https://www.anchor.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://anchor.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://anchor.my.site.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Signage

Reference number

(FC37 - C8603)

two.1.2) Main CPV code

  • 34928470 - Signage

two.1.3) Type of contract

Supplies

two.1.4) Short description

This supply of signage tender scope of work, includes installation and delivery of signage across the Anchor locations. There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor will be responsible for a small element of design, supply, delivery, and installation of signage in accordance with the specifications.

The signage must align with the organisation’s branding guidelines, ensure high visibility, and be constructed using durable, high-quality materials suitable for long-term use. Anchor brand guidance is available in the supporting documents section on the portal. Installation must be carried out by qualified professionals, adhering to all relevant health and safety regulations and industry standards.

Tenderers are expected to provide a comprehensive proposal detailing their approach to quality management, customer service, health and safety, innovation and mobilisation. Compliance with environmental and sustainability considerations is also a part of the evaluation criteria.

Anchor’s business needs regarding signage can be split into 2 distinctive Lots;

Lot 1 Marketing and Sales Signage;

Lot 1 Focuses on pre-construction signage designed to promote and market Anchor's future developments.
Product list examples;
• Hangman Signs  
• Flags 
• Wobble Board 
• V- Stack Signs 
• Contravision 
• Hoardings 

Pre-installation: In addition to providing the product requirements Anchor would expect a full site survey to take place which will detail the requirements and assess the appropriateness of the Signage/Marketing materials.

Installation: Anchor expects suppliers to work closely with the site manager and communication is essential to produce and install the signage on site.

Post-installation: The appointed contractor should produce a portfolio of works to be completed with images of the finished project.

Further information can be found in the specification document and supporting document.

Lot 2 Generic Signage;

This Lot focuses on the Anchor-approved specification to maintain and update existing signage. This could be due to breakages, decorations and updates.
Product list includes;
• Wayfinding
• H&S Signage
• Meet the team boards
• Window Manifestation
• Door Plaques
• External Main Signs

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 Marketing and Sales Signage

Lot No

1

two.2.2) Additional CPV code(s)

  • 34928470 - Signage

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 1 Marketing and Sales Signage;

Lot 1 Focuses on pre-construction signage designed to promote and market Anchor's future developments.
Product list examples;
• Hangman Signs  
• Flags 
• Wobble Board 
• V- Stack Signs 
• Contravision 
• Hoardings 

Pre-installation: In addition to providing the product requirements Anchor would expect a full site survey to take place which will detail the requirements and assess the appropriateness of the Signage/Marketing materials.

Installation: Anchor expects suppliers to work closely with the site manager and communication is essential to produce and install the signage on site.

Post-installation: The appointed contractor should produce a portfolio of works to be completed with images of the finished project.

Further information can be found in the specification document and supporting document.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £340,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 August 2025

End date

3 August 2029

This contract is subject to renewal

Yes

Description of renewals

Extension of 1 year available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Generic Signage

Lot No

2

two.2.2) Additional CPV code(s)

  • 34928470 - Signage

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Lot 2 Generic Signage;

This Lot focuses on the Anchor-approved specification to maintain and update existing signage. This could be due to breakages, decorations and updates.
Product list includes;
• Wayfinding
• H&S Signage
• Meet the team boards
• Window Manifestation
• Door Plaques
• External Main Signs

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £360,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 August 2025

End date

3 August 2029

This contract is subject to renewal

Yes

Description of renewals

Extension of 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 19 July 2025

four.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

5:00pm

Place

Online Portal

Information about authorised persons and opening procedure

Online Portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

The Strands

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.justice.gov.uk