Award

Bath Christmas Market Site and Production Delivery 2026 to 2030

BATH & NORTH EAST SOMERSET COUNCIL

This public procurement record has 4 releases in its history.

Award

29 Jan 2026 at 12:02

Award

24 Oct 2025 at 12:34

Tender

20 Aug 2025 at 10:16

Planning

23 May 2025 at 10:32

Summary of the contracting process

The Bath & North East Somerset Council has completed the procurement process for the "Bath Christmas Market Site and Production Delivery 2026 to 2030". This contract involves the curation, planning, delivery, and stewardship of the Bath Christmas Market, a key cultural event within a UNESCO World Heritage Site. The procurement was conducted under an open procedure, with the final contract valued at £3,068,230. The contract, starting on 1st March 2026 and ending on 28th February 2030, was awarded to G.C.D. ENTERPRISES LIMITED. The buying organisation, Bath & North East Somerset Council, operates within the region of UKK12 in the United Kingdom and seeks to support the local economy through this annual event by ensuring it's safe and sustainable.

This tender presents significant opportunities for businesses specialising in event organisation, particularly those experienced in managing temporary structures and large-scale public events within protected urban environments. Firms providing services such as security, traffic management, power distribution, and artistic installations would benefit from engaging with opportunities of this nature. Additionally, SMEs with capabilities in sustainable practices aligned with the Council's environmental goals would be especially well-suited to compete for future iterations of such contracts, as the Council prioritises the reduction of carbon footprints and sustainable event practices.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Bath Christmas Market Site and Production Delivery 2026 to 2030

Notice Description

The council wishes to establish a Contract for the provision of Bath Christmas Market Site and Production Delivery 2026 to 2030. Bath and North East Somerset Council (B&NES) is responsible for the curation, planning, delivery, and stewardship of the city's largest open public access event - the Bath Christmas Market. The council manages the event and its impact on a UNESCO World Heritage Site, ensuring that it is safe, sustainable, and supportive of the local economy.

Planning Information

Preliminary call with prospective applicants for the Site and Production tender for Bath Christmas Market. A way of offering information about the tender, and an opportunity for those wishing to apply to ask questions. This meeting will take place via Microsoft Teams on Wednesday 9th July. Should you wish to attend this event, please complete this Microsoft forms: https://forms.office.com/e/BVqBFRXdR3

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05218f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007980-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79952000 - Event services

79952100 - Cultural event organisation services

Notice Value(s)

Tender Value
£2,750,000 £1M-£10M
Lots Value
£2,750,000 £1M-£10M
Awards Value
£3,680,676 £1M-£10M
Contracts Value
£3,067,230 £1M-£10M

Notice Dates

Publication Date
29 Jan 20263 weeks ago
Submission Deadline
22 Sep 2025Expired
Future Notice Date
30 Jul 2025Expired
Award Date
23 Oct 20254 months ago
Contract Period
1 Mar 2026 - 28 Feb 2030 4-5 years
Recurrence
2029-09-03

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BATH & NORTH EAST SOMERSET COUNCIL
Additional Buyers

BATH AND NORTH EAST SOMERSET COUNCIL

Contact Name
Tilley Sheridan
Contact Email
procurement@bathnes.gov.uk
Contact Phone
+44 7929671389

Buyer Location

Locality
BATH
Postcode
BA1 5AW
Post Town
Bath
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK12 Bath and North East Somerset, North Somerset and South Gloucestershire

Local Authority
Bath and North East Somerset
Electoral Ward
Kingsmead
Westminster Constituency
Bath

Supplier Information

Number of Suppliers
1
Supplier Name

G.C.D. ENTERPRISES

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05218f-2026-01-29T12:02:44Z",
    "date": "2026-01-29T12:02:44Z",
    "ocid": "ocds-h6vhtk-05218f",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLVH-3287-JWJV",
            "name": "Bath & North East Somerset Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLVH-3287-JWJV"
            },
            "address": {
                "streetAddress": "The Guildhall",
                "locality": "Bath",
                "postalCode": "BA1 5AW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Tilley Sheridan",
                "email": "procurement@bathnes.gov.uk",
                "telephone": "+44 7929671389"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bathnes.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04124552",
            "name": "G.C.D. ENTERPRISES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04124552"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJJT-7443-HVXY"
                }
            ],
            "address": {
                "streetAddress": "41 Clay Close",
                "locality": "Westbury",
                "postalCode": "BA13 4DU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "email": "alex@muddydog.events"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.muddydog.events",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLVH-3287-JWJV",
        "name": "Bath & North East Somerset Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Preliminary call with prospective applicants for the Site and Production tender for Bath Christmas Market. A way of offering information about the tender, and an opportunity for those wishing to apply to ask questions. This meeting will take place via Microsoft Teams on Wednesday 9th July. Should you wish to attend this event, please complete this Microsoft forms: https://forms.office.com/e/BVqBFRXdR3",
                "dueDate": "2025-07-09T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "026006-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026006-2025",
                "datePublished": "2025-05-23T11:32:18+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN774966",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Bath Christmas Market Site and Production Delivery 2026 to 2030",
        "description": "The council wishes to establish a Contract for the provision of Bath Christmas Market Site and Production Delivery 2026 to 2030. Bath and North East Somerset Council (B&NES) is responsible for the curation, planning, delivery, and stewardship of the city's largest open public access event - the Bath Christmas Market. The council manages the event and its impact on a UNESCO World Heritage Site, ensuring that it is safe, sustainable, and supportive of the local economy.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79952100",
                        "description": "Cultural event organisation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79952000",
                        "description": "Event services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3300000,
            "amount": 2750000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-01T00:00:00+00:00",
                    "endDate": "2030-02-28T23:59:59+00:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 3300000,
                    "amount": 2750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Delivery of Site Infrastructure and Temporary Structures",
                            "description": "Ability to manage large-scale temporary infrastructure in complex urban environments, particularly UNESCO World Heritage Sites. Methodology for ensuring safe, timely, and sustainable delivery and re-moval of structures, including use of low-emission transport. Approach to maintenance and quality assurance of chalets and infra-structure throughout the event lifecycle.",
                            "numbers": [
                                {
                                    "number": 18,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability and Environmental Impact",
                            "description": "Use of sustainable, reusable, or recycled materials in infrastructure and installations. Measures to reduce carbon footprint, including energy-efficient equipment and low-emission logistics. Ability to provide data to support the Council's carbon footprint calculations.",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Event Staffing and Operational Management",
                            "description": "Qualifications and working knowledge of key personnel (e.g. Site & Pro-duction Manager, Zone Managers), including relevant certifications (e.g. NEBOSH, First Aid, IPAF). Staffing schedules and contingency planning to ensure continuous cov-erage and responsiveness. Approach to health & safety, including daily briefings, incident reporting, and compliance with Martyn's Law and ACT training.",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Security, Traffic, and Crowd Management",
                            "description": "Ability to manage security and traffic for large-scale public events, including 24-hour coverage and coordination with local authorities. Deployment of qualified personnel (e.g. SIA, CSAS, Chapter 8) and use of body-worn video cameras in compliance with GDPR. Strategies for managing crowd flow, emergency response, and hostile vehicle mitigation in a high-footfall, open-access environment.",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Outlined measurable social value commitment and proposes appropriate methods for tracking and measuring deliverables Outline social value commitment relevant to B&NES region Outlined social value commitment in line with themes provided",
                            "numbers": [
                                {
                                    "number": 6,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "All price bids are compared against the lowest bid to reach the percentage difference from the lowest bid. Example if the price weighting were 40%, the calculation would be: (40 x lowest price)/bid price The lowest price bid would receive the full 40 points. A negative percentage figure for a lump sum price that is over 100% higher than the lowest price bid will receive a price score of zero. B&NES council will not award a negative price score",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "7Economic and Financial Standing The supplier must be in a sound financial position to participate in the procurement. When undertaking the financial assessment, the council looks at the two most recent sets of supplier's accounts [one if PAS91], which shows three years of financial information [two if PAS91], along with those of any parent company (if applicable and acting as guarantor). The council cannot ask for audited accounts from suppliers who are not required to have them under the Companies Act 2006. The financial assessment is conducted in 2 stages. Stage 1: The council has 4 key minimum requirements for financial considerations. If a supplier fails to meet 2 or more of the 4 requirements their bid will be excluded from further consideration. They will not proceed to stage 2 of the Economic & Financial Standing assessment. The 4 requirements are: (i) Relates to the contract limit, which is the maximum contract value that a supplier should be expected to tackle within its financial capacity. The council will use a notional calculation to calculate the contract limit, based on turnover of the supplier in order to confirm whether the supplier is large enough to perform the contract. The contract limit is calculated by matching the supplier's turnover figure in their latest set of accounts, with the annual contract value. If the annual contract figure is more than 51% of the turnover figure used it is unlikely that the supplier on its own, has adequate resources to perform the services. By exception, the further full financial assessment may take place if a parent company guarantee or bond or deed should be obtained, provided the parent itself is suitable. (ii) The Acid Test Ratio is a measure of financial strength, which excludes stock so that only liquid assets are included. This addresses the question of whether the supplier has enough current liquid assets to meet the payment schedule of its current debts with a margin of safety for possible losses in current assets. There will be a minimum requirement for an acid ratio of 1 to score. (iii) If a supplier is showing continual losses in their accounts this will be deemed a fail. (iv) If the net worth of a supplier is in a negative position this will be deemed a fail. Stage 2: If a supplier passes at least 3 of the 4 key criteria a full financial assessment will take place, this will include selected ratio analysis of account figures, any CCJs a contractor may have against them, and any adverse information on company Directors. The Experian check provides averages for the industry, CCJs, director information and a Commercial Delphi Score (risk rating) which is incorporated into the financial assessment. Each ratio and other criteria will carry a points score of \"0\" for fail and \"1\" for pass, points are then tallied to give an overall score, this is then matched to a predetermined risk-based scoring model where supplier will be assessed as low, medium or high risk. The final decision regarding the acceptability of the supplier's financial standing relies on a degree of professional judgement from the council. If the council decides that the financial standing of the supplier is such that it does not have the ability to perform the contact and represents an unacceptable risk to the council then the supplier will be excluded from further consideration in this process. The minimum levels relating to economic and financial standing for this tender process are summarised below: Contract Limit PS1,100,000 Acid Test Ratio 1.0 Losses Accounts must not show continual losses Net Worth Net worth must be positive"
                        },
                        {
                            "type": "technical",
                            "description": "Contract examples provided from the last 3 years which demonstrate relevant experience and proven track record in delivering services of similar scope and size relevant to the subject matter of the contract."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-30T23:59:59Z"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "www.supplyingthesouthwest.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-22T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-09T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-20T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "All tender documents will be available via the above address.",
                "url": "www.supplyingthesouthwest.org.uk"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "description": "The tender specification will be available to view and download via the above address.",
                "url": "www.supplyingthesouthwest.org.uk"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "050087-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050087-2025",
                "datePublished": "2025-08-20T11:16:14+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-09-03T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Payment and VAT The Council must pay the Contractor the Charges, a) before the end of the period of thirty (30) days beginning with the day on which an invoice is received by the Council in respect of the sum; or b) if later, by the date on which the payment falls due in accordance with the invoice, subject to the invoice being verified by the Council as valid and undisputed; and c) in cleared funds using the payment method and details stated in the invoice or in this Contract. A Contractor invoice is only valid if it: a) includes the minimum required information set out in Section 68(9) of the Procurement Act 2023; b) includes all appropriate references including this Contract reference number and other details reasonably requested by the Council; and c) includes a detailed breakdown of Delivered Deliverables and Milestone(s) (if any). Where any invoice does not conform to the Council 's requirements set out above or the Council disputes the invoice, the Council shall notify the Contractor without undue delay. The Council shall accept for processing any electronic invoice that complies with the Electronic Invoice Standard, provided that it is valid and undisputed. Where any invoice does not conform to the Council 's requirements set out the Council shall notify the Contractor without undue delay and the Contractor shall promptly issue a replacement invoice which shall comply with such requirements. The Council may retain or set-off payment of any amount owed to it by the Contractor under this Contract or any other agreement between the Contractor and the Council if notice and reasons are provided. The Contractor must ensure that all Subcontractors are paid, in full: a) before the end of the period of thirty (30) days beginning with the day on which an invoice is received by the Contractor in respect of the sum; or b) if later, by the date on which the payment falls due in accordance with the invoice, subject to the invoice being verified by the Contractor as valid and undisputed. If this does not happen, the Council can publish the details of the late payment or non-payment. The Contractor has no right of set-off, counterclaim, discount or abatement unless they're ordered to do so by a court."
        },
        "riskDetails": "1. Inadequate security personnel accreditation or training (e.g. ACT, Martyn's Law) 2. Failure to manage crowd flow and congestion during peak times 3. Contractor fails to deliver site infrastructure on time 4. Insufficient coordination with emergency services and CCTV 5. Health & safety non-compliance during build/de-rig phases 6. Reputational damage due to poor public interaction by security staff 7. Legislative non-compliance (e.g. Martyn's Law updates) 8. Inadequate traffic management impacting local businesses/residents 9. Contractor insolvency or withdrawal mid-contract 10.Incomplete or missing risk assessments from subcontractors"
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "date": "2025-10-24T00:00:00+01:00",
            "value": {
                "amountGross": 3680676,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04124552",
                    "name": "G.C.D. ENTERPRISES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79952100",
                            "description": "Cultural event organisation services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKK12",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKK12",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-11-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-01T00:00:00Z",
                "endDate": "2030-12-31T23:59:59Z"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "068211-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/068211-2025",
                    "datePublished": "2025-10-24T13:34:53+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-24T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-11-15T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Bath Christmas Market Site and Production Delivery 2026 to 2030",
            "status": "active",
            "period": {
                "startDate": "2026-03-01T00:00:00Z",
                "endDate": "2030-02-28T23:59:59Z"
            },
            "value": {
                "amountGross": 3680676,
                "amount": 3067230,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-15T00:00:00Z",
            "documents": [
                {
                    "id": "007980-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/007980-2026",
                    "datePublished": "2026-01-29T12:02:44Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}