
Market Leads & Opportunities
United Kingdom-Bradford: Supply of Signage
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 005014/S 000-2025
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Anchor Hanover Group
National registration number: 7843
Postal address: 2 Godwin Street
Town: Bradford
Postal code: BD1 2ST
Country: United Kingdom
Contact Person: Andrew Hopkins
Telephone: +44 7929826033
Email: andrew.hopkins@anchor.org.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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.
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: 700000 Currency: GBP
II.1.6) Information about lots
The 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
II.2.3) Place of performance
Region code: UKE41
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
II.2.6) Estimated value:
Value excluding VAT: 340000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2025-08-04 End: 2029-08-03
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.2.1) Title: Lot 2 Generic Signage
Lot No:2
II.2.2) Additional CPV code(s)
34928470
II.2.3) Place of performance
Region code: UKE41
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
II.2.6) Estimated value:
Value excluding VAT: 360000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2025-08-04 End: 2029-08-03
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: 2025-03-21 Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.5) Scheduled date for start of award procedures:
2025-03-21
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2025-07-19
IV.2.7) Conditions for opening tenders
Date: 2025-03-21 Local time: 17:00 Place:Online Portal
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court of England and Wales
Postal address: The Strands
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Internet address:
VI.4.4) Service from which information about the review procedure may be obtained
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5) Date of dispatch of this notice:2025-02-13
More Opportunties
- United Kingdom-London: eProcurement Services
1 May 25
The requirement is for the provision, implementation, and ongoing support of a cloud-based eProcurement tender portal to manage end-to-end procurement activities. The solution must include core functionalities such as notice management, secure bidder inte> > - United Kingdom-Bradford: Salt Framework
1 May 25
Yorkshire Water Services (YWS) intends to establish a Framework Agreement with one or more suppliers for the provision of bulk salt (including both PDV and granular types), to be utilised across YWS clean water treatment facilities. The duration of the pr> > - UK-Leeds: Sportswear.
1 May 25
Sportswear. To supply team and sport leisure wear.> >