Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Jemma.Borland@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.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
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Barbican Renewal - Wayfinding Designer
Reference number
prj_COL_24690
two.1.2) Main CPV code
- 79341100 - Advertising consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The City invites Bidders to submit a Selection Questionnaire for the provision of Wayfinding Designer services to deliver the first major phase of work on Barbican Renewal.
For over 40 years the Barbican Centre has been offering a world-class programme of unique breadth, spanning every possible creative discipline, staged in an iconic estate of globally recognised significance. Since it opened, however, the buildings comprising the Barbican Centre have deteriorated significantly, and an ambitious and strategic programme of restoration, transformation and reactivation is needed.
The proposed Barbican Renewal programme will be delivered as a series of major capital projects addressing each of the Barbican’s unique spaces, delivering a sensitive and sustainable programme of conservation and transformation for one of the UK’s most significant post war buildings. These projects will affect how our visitors engage with us, and provide the impetus for the development of a new brand and wayfinding strategy and design.
The Barbican Renewal capital programme presents an opportunity for the Barbican Centre to clarify and assert its purpose and identity, following the development of new strategic goals and values. As part of this, the Renewal programme is initiating a project to deliver major wayfinding improvements across the site and in the immediately surrounding public realm. This new wayfinding strategy will create intuitive and accessible user journeys from the boundary of the site into the Barbican Centre, improving signage and navigation across all of the Barbican Centre’s internal and external spaces.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Barbican Centre is at a key moment in its history, with a new Vision, Strategic Plan and set of Values, underpinning a major programme of work to renew the Grade II listed building, and a full refresh of the brand, covering brand architecture, tone of voice and visual identity.
Our ambition is for a consistent, inclusive and high-quality wayfinding and signage strategy and design within the Barbican Centre site boundary, and a suite of assets for use in the surrounding public realm. This new wayfinding approach will connect with wider wayfinding projects to create intuitive and accessible visitor journeys from major transport hubs into the Barbican Centre site, alongside improving signage and navigation across all of the Barbican Centre’s internal and external spaces.
The new wayfinding strategy will reflect and espouse the Barbican Centre’s brand, which will be refreshed to create a bold and clear visual identity that flexes across a variety of uses and platforms.
The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 6 years.
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: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 1 year. The maximum length of the contract is therefore 6 years.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
10 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 January 2025
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
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £50,000
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC1A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom