British Museum Brand and Identity Project Phase II Design

Complete

Value

£150,000

Classifications

  • Design consultancy services

Tags

  • tender

Submission Deadline

10 months ago

Published

11 months ago

Description

The British Museum is embarking on a complete transformation and as part of that journey we have launched a project to review and re-imagine our brand and our visual/vocal identity. Increasing activity around the Museum's masterplan, and the arrival of a new museum Director in 2024 makes now the right moment to consider our vision and values, review our brand and move forward with a compelling new approach to how we communicate and present ourselves. The Brand and Identity Project will deliver this transformation. It is being conducted in two phases. In Phase 1 research will be conducted to understand the Museum's position in the global context followed by a brand audit leading to the creation of a brand strategy. An agency has been appointed to Phase I and work is now underway. In Phase II, which is the subject of this procurement exercise, we are looking for a partner to work with us to translate our new vision and values, and the brand strategy developed in Phase I, into a coherent and compelling visual and vocal identity.  This identity should comprise a clear system that conveys the brand idea and narrative in such a way that it can be used and applied consistently to internal and external products and services, across our many audiences, locally, nationally, and globally.

Similar Contracts

Open

Public Sector Decarbonisation Scheme Phase 4 - Consultant Design Team

Thanet District Council (TDC) wishes to select and appoint a suitable supplier for the provision of The Public Sector Decarbonisation Scheme Phase 4 - Consultant Design Team Services using the NHS SBS Healthcare Planning, Construction Consultancy and Ancillary Services Framework - Lot 7 Multidisciplinary Services. TDC requires a Consultant to provide multi-disciplinary services for the Council’s Decarbonisation project. The Consultant would be required to provide the multi-disciplinary design team, procurement and construction of the project to include, however, not limited to Project Manager, Lead Consultant, Designer, MEP Consultant, Cost Consultant and Clerk of Works. Also, to include undertaking the roles of Project Manager / Employer’s Agent / Contract Administrator, as well as acting on the Client’s behalf as Principal Designer for both CDM and Building Regulations for the duration of the commission, ensuring that all necessary standards and requirements are met for the successful completion of this brief. The Contract is anticipated to commence in February 2026 for a duration of 6 months for RIBA Stages 2-4, however, a contract break point is required at the end of RIBA Stage 4, to confirm the feasibility of costs for future RIBA Stages. The subsequent RIBA Stages 5-6 will, therefore, be subject to Consultant receipt of a Notice to Proceed from TDC (the Client). Sites included are: Thanet Gateway, Margate / Ramsgate Leisure Centre, Ramsgate / Hartsdown Leisure Centre, Margate / Kent Innovation Centre, Broadstairs Important Information: All procurement documents are attached to the notice and available for suppliers to download from the Kent Business Portal at (https://www.kentbusinessportal.org.uk/) and complete according to instructions contained. The procurement process will be undertaken on the basis of formal tenders. Evaluation will be on the basis of criteria and methodology as set out in the Invitation to Tender document. Any clarifications or questions must be submitted via the Message area of the Kent Business Portal by no later than 14.00hrs on 09 January 2026. Completed tender documents must be submitted electronically via the Kent Business Portal by no later than 14.00hrs on 16 January 2026. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.kentbusinessportal.org.uk/tenders/UK-UK-Margate:-Energy-efficiency-consultancy-services./G757BG77XN To respond to this opportunity, please click here: https://www.kentbusinessportal.org.uk/respond/G757BG77XN

Katy Reed

Published 2 hours ago
Open

Design and Print Services for Healthcare Quality Improvement (HQIP)

Lot 1 - The NJR Annual Report The NJR Annual Report is a formal NHS England report that presents a statistical analysis of the performance of procedures collected over the preceding 12 months alongside analysis of data over the life of the registry to enable understanding of long-term performance. The report has been produced annually for the past 22 years. As the report is a statistical presentation of the analyses of data, it consists mainly of tables and graphical figures, illustrating outcome performance, with accompanying explanatory text. We are asking bidders of design and layout services that have the capability to prepare a report of this complexity to tender to deliver the services, for the next three years, with the aspirational potential to extend the contract for a further two years. There are also some other associated documents - separate report appendices and hospital reports - as well as a Welsh translation of key report parts; for these we would discuss annually with the supplier what is included in the work. Aims and objectives of the services to be contracted The NJR seeks to commission an agency to design and produce the NJR Annual Report and report-associated supplementary documents. This is an annual project involving the layout range of documents which are listed below. There is also a link to a live website below, where the supplier can see the NJR Annual Report 2025, to view the most recently produced versions of all documents. The total contract value for Lot 1 is £80,000.00 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of up to £26,500.00 per year. The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in the specification of this ITT has a potential ceiling value of up to £177,265.00 Lot 2 - HQIP Annual Report and other Ad hoc design services Aims and objectives of the services to be contracted This lot covers two elements: 1.Design of the HQIP Annual Report 2.Ad hoc design services The HQIP Annual Report is an annual requirement. Ad hoc design services will only be called upon when required. The requirement will be for design agency mid-range skill capacity to support the creation of a wide range of visual materials used operationally and to promote messaging in the health sector. The volume of ad hoc work will be dependent on workstreams year-to-year and on the availability of internal resource working on a range of similar activities. 1.Design and layout of the HQIP Annual Report Detail: In accordance with an agreed timetable discussed and agreed between HQIP and the successful bidder, the HQIP Annual Report will be laid out to incorporate the trustees’ report and statutory accounts of the charitable company, as required under Company and Charity Law. Typically the work takes place between September and November and the HQIP Annual Report is around 45 pages. 2.Ad hoc design services Detail: Design of promotional and operational materials will be on an ad hoc basis. Some materials are produced in-house and some by bidders dependant on the availability of resources. The following list of typical collateral represents example work only and is not exhaustive of the type of design work that may be requested. Typical collateral Where applicable, links below are to previous versions of these documents. •Layout of Minimum Data Set (MDS) forms Data collection forms - MDSv8 - The National Joint Registry •Patient Information Leaflet PIL-english-for-web.pdf •Poster for hospitals (link) NJR-Patient-Consent-Poster.pdf •Design and print of factsheet leaflets •Design and print of pull up banners for display at an event stand The total contract value for Lot 2 is £37,500.00 excluding VAT for the duration of three years with potential to extend the contract for up to two additional years at a value of up to £12,500.00 per year. The aspirational intent including the core 3 year value, extension value and all other aspirational intent as defined in the specification of this ITT has a potential ceiling value of up to £137,500.00 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=998435409

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete