Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply of Signage

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04dedf
Published by:
Anchor Hanover Group
Authority ID:
AA74284
Publication date:
12 March 2025
Deadline date:
21 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.<br/><br/>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.<br/><br/>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.<br/><br/>Anchor’s business needs regarding signage can be split into 2 distinctive Lots; <br/><br/>Lot 1 Marketing and Sales Signage;<br/><br/>Lot 1 Focuses on pre-construction signage designed to promote and market Anchor's future developments.<br/>Product list examples; <br/>• Hangman Signs   <br/>• Flags  <br/>• Wobble Board  <br/>• V- Stack Signs  <br/>• Contravision  <br/>• Hoardings  <br/><br/>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. <br/><br/>Installation: Anchor expects suppliers to work closely with the site manager and communication is essential to produce and install the signage on site. <br/><br/>Post-installation: The appointed contractor should produce a portfolio of works to be completed with images of the finished project. <br/><br/>Further information can be found in the specification document and supporting document.<br/><br/>Lot 2 Generic Signage;<br/><br/>This Lot focuses on the Anchor-approved specification to maintain and update existing signage. This could be due to breakages, decorations and updates.<br/>Product list includes; <br/>• Wayfinding <br/>• H&S Signage <br/>• Meet the team boards <br/>• Window Manifestation <br/>• Door Plaques <br/>• External Main Signs

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Anchor Hanover Group

7843

2 Godwin Street

Bradford

BD1 2ST

UK

Contact person: Andrew Hopkins

Telephone: +44 7929826033

E-mail: andrew.hopkins@anchor.org.uk

NUTS: UKE41

Internet address(es)

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

Address of the buyer profile: https://www.anchor.org.uk/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of Signage

Reference number: (FC37 - C8603)

II.1.2) Main CPV code

34928470

 

II.1.3) Type of contract

Supplies

II.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.<br/><br/>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.<br/><br/>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.<br/><br/>Anchor’s business needs regarding signage can be split into 2 distinctive Lots; <br/><br/>Lot 1 Marketing and Sales Signage;<br/><br/>Lot 1 Focuses on pre-construction signage designed to promote and market Anchor's future developments.<br/>Product list examples; <br/>• Hangman Signs   <br/>• Flags  <br/>• Wobble Board  <br/>• V- Stack Signs  <br/>• Contravision  <br/>• Hoardings  <br/><br/>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. <br/><br/>Installation: Anchor expects suppliers to work closely with the site manager and communication is essential to produce and install the signage on site. <br/><br/>Post-installation: The appointed contractor should produce a portfolio of works to be completed with images of the finished project. <br/><br/>Further information can be found in the specification document and supporting document.<br/><br/>Lot 2 Generic Signage;<br/><br/>This Lot focuses on the Anchor-approved specification to maintain and update existing signage. This could be due to breakages, decorations and updates.<br/>Product list includes; <br/>• Wayfinding <br/>• H&S Signage <br/>• Meet the team boards <br/>• Window Manifestation <br/>• Door Plaques <br/>• External Main Signs

II.1.5) Estimated total value

Value excluding VAT: 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 Marketing and Sales Signage

II.2.2) Additional CPV code(s)

34928470

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Lot 1 Marketing and Sales Signage;<br/><br/>Lot 1 Focuses on pre-construction signage designed to promote and market Anchor's future developments.<br/>Product list examples; <br/>• Hangman Signs   <br/>• Flags  <br/>• Wobble Board  <br/>• V- Stack Signs  <br/>• Contravision  <br/>• Hoardings  <br/><br/>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. <br/><br/>Installation: Anchor expects suppliers to work closely with the site manager and communication is essential to produce and install the signage on site. <br/><br/>Post-installation: The appointed contractor should produce a portfolio of works to be completed with images of the finished project. <br/><br/>Further information can be found in the specification document and supporting document.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 340 000.00  GBP

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

Start: 04/08/2025

End: 03/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Extension of 1 year available

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2 Generic Signage

II.2.2) Additional CPV code(s)

34928470

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKF

UKG

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

Lot 2 Generic Signage;<br/><br/>This Lot focuses on the Anchor-approved specification to maintain and update existing signage. This could be due to breakages, decorations and updates.<br/>Product list includes; <br/>• Wayfinding <br/>• H&S Signage <br/>• Meet the team boards <br/>• Window Manifestation <br/>• Door Plaques <br/>• External Main Signs

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 360 000.00  GBP

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

Start: 04/08/2025

End: 03/08/2029

This contract is subject to renewal: Yes

Description of renewals:

Extension of 1 year

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 21/03/2025

Local time: 16:00

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

EN

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

Tender must be valid until: 19/07/2025

IV.2.7) Conditions for opening of tenders

Date: 21/03/2025

Local time: 17:00

Place:

Online Portal

Information about authorised persons and opening procedure:

Online Portal

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strands

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strands

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

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

High Court of England and Wales

The Strands

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.5) Date of dispatch of this notice

13/02/2025

Coding

Commodity categories

ID Title Parent category
34928470 Signage Road furniture

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
andrew.hopkins@anchor.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.