Construction Contract Leads
North East
Category Goods
Type
No. of Lots 2
Status Active
Published 13th Feb 2025
Reference | ocds-h6vhtk-04dedf |
Common Procurement Vocabulary | Signage |
Procurement Method | Open procedure |
Value | £700,000 |
North East
Category Goods
Type
No. of Lots 2
Status Active
Published 13th Feb 2025
Reference | ocds-h6vhtk-04dedf |
Common Procurement Vocabulary | Signage |
Procurement Method | Open procedure |
Value | £700,000 |
Section I: Contracting authority
I.1) Name and addresses
Anchor Hanover Group
2 Godwin Street
Bradford
BD1 2ST
Contact
Andrew Hopkins
andrew.hopkins [at] anchor.org.uk
Telephone
+44 7929826033
Country
United Kingdom
NUTS code
UKE41 - Bradford
National registration number
7843
Internet address(es)
Main address
Buyer's address
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 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
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 - Signage
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.
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
II.1.5) Estimated total value
Value excluding VAT: £700,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 Marketing and Sales Signage
Lot No
1
II.2.2) Additional CPV code(s)
- 34928470 - Signage
II.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)
II.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.
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
II.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
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
II.2) Description
II.2.1) Title
Lot 2 Generic Signage
Lot No
2
II.2.2) Additional CPV code(s)
- 34928470 - Signage
II.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)
II.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
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
II.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
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 the 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 March 2025
Local time
4:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 19 July 2025
IV.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 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
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strands
London
WC2A 2LL
Country
United Kingdom
Internet address
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
Country
United Kingdom