Scope
Reference
25-370
Description
Framework for Catering Operators for use by the Authority. It is established for the provision of catering and concession services. It is open to only local suppliers and businesses, which reflects the ambition of the Authority to support the local economy and promote social value. It will allow The Authority to invite proposals from caterers as specific opportunities arise.
Commercial tool
Establishes a framework
Total value (estimated)
- £45,000,000 excluding VAT
- £54,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2030
- 4 years
Main procurement category
Services
CPV classifications
- 55321000 - Meal-preparation services
- 55322000 - Meal-cooking services
- 55330000 - Cafeteria services
- 55510000 - Canteen services
- 55520000 - Catering services
Lot 1. Civic & Corporate Catering
Description
Designed to cater for civic centres, council offices, training events, and formal functions. It will serve buffets, hot meals, refreshments, conference catering.
Lot value (estimated)
- £6,750,000 excluding VAT
- £8,100,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Education Catering
Description
This will cover College canteens, and youth centres; and will provide Daily hot meals, healthy snacks, compliance with school food standards
Lot value (estimated)
- £2,250,000 excluding VAT
- £2,700,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Community & Social Event Catering
Description
Will cover catering in Community halls, cultural events, festivals, and outreach programmes. It will provide Flexible menus, halal/vegetarian/vegan options, affordable pricing.
Lot value (estimated)
- £4,500,000 excluding VAT
- £5,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Concessions (Fixed Outlets)
Description
This involves the concession of Cafés, kiosks, and food stalls in council/public-owned premises such as libraries, leisure centres, civic centres. Operations will be daily and have consistent opening hours with affordable menu options.
Lot value (estimated)
- £22,500,000 excluding VAT
- £27,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Vending & Grab-N-Go
Description
The will include the provision of Vending machines, grab-and-go counters, and mobile food units. It will provide Snacks, drinks, healthy options, with cashless payment systems.
Lot value (estimated)
- £4,500,000 excluding VAT
- £5,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Specialist & Cultural Catering
Description
This is for Catering for cultural events, heritage festivals, and specialist dietary requirements. It will serve Authentic cuisines (e.g. Bangladeshi, Afro-Caribbean, Eastern European) promoting our borough's unique multi-cultural diversity, and allergen-free menus.
Lot value (estimated)
- £4,500,000 excluding VAT
- £5,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
60
Maximum percentage fee charged to suppliers
0%
Framework operation description
Selection and award process using the taxi rank system
Call-off contracts for catering services will be awarded using the taxi rank system, operating as follows:
1.Framework ranking
At framework award, suppliers will be ranked based on their overall tender scores, taking into account quality and price in accordance with the published award criteria.
2.Offering of requirements
When a catering requirement arises (for example, a meeting, training event, or function), the opportunity will first be offered to the highest-ranked supplier on the taxi rank, provided they:
• can meet the menu, dietary, and service requirements,
• have capacity and availability on the required date and time,
• can deliver the service within the required location and timescales, and
• accept the call-off at the framework terms and prices.
3.Movement down the rank
If the first-ranked supplier is unable to meet the requirement, the opportunity will be offered to the next supplier in the taxi rank, continuing sequentially until a suitable supplier is identified.
4.Rotation of suppliers
Once a supplier accepts and delivers a call-off contract, they will move to the bottom of the taxi rank, with all other suppliers moving up one position. This ensures a fair and equitable distribution of catering opportunities across the framework.
Benefits of the taxi rank approach for catering services
• Rapid access to catering services for short-notice and routine events
• Clear, pre-agreed pricing with no call-off negotiation
• Fair rotation of work across approved catering suppliers
• Reduced administrative burden for both the contracting authority and suppliers
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Civic & Corporate Catering
Lot 2. Education Catering
Lot 3. Community & Social Event Catering
Lot 4. Concessions (Fixed Outlets)
Lot 5. Vending & Grab-N-Go
Lot 6. Specialist & Cultural Catering
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Tender submission deadline
2 March 2026, 11:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
20 April 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 50% |
| Price | Price | 30% |
| Innovation | Quality | 10% |
| Social Value | Quality | 10% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
London Borough of Haringey
- Public Procurement Organisation Number: PBHY-1866-HTLD
7th Floor Alexandra House, 10 Station Road, Wood Green
London
N22 7TR
United Kingdom
Email: HPCS@haringey.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government