Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
5 Wellington Place
Leeds
LS1 4AP
ccmdopenjustice@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Publishing of Immigration Appeals Reports
two.1.2) Main CPV code
- 79970000 - Publishing services
two.1.3) Type of contract
Services
two.1.4) Short description
His Majesty’s Courts and Tribunals Service (HMCTS) is seeking a supplier to publish physical and online copies of a series of legal reports on Immigration Appeals which are produced internally by HMCTS. These reports contain judgments selected for their legal importance to immigration law which are accompanied by headnotes written by HMCTS' Legal Research Unit. They are to be published six times per year and the supplier should also provide copy-editing and proofreading services prior to publication.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
His Majesty’s Courts and Tribunals Service (HMCTS) is seeking a supplier to publish a series of legal publications - reports on judgments made with regards to Immigration Appeals - produced within HMCTS, in both physical and digital formats. Each issue usually contains 12 judgemnts from a variety of different courts including the United Kingdom Supreme Court, the Court of Appeal, the Administrative Court, the Scottish Court of Session, the Upper Tribunal Immigration and Asylum Chamber (UTIAC), the Court of Justice of the European Union and the European Court of Human Rights. Each physical publication is a paperback book of approximately 300 pages in length.
The Editorial Board selects judgments for inclusion which are of importance to immigration, asylum and human rights jurisprudence. Each judgment is preceded by a headnote which summarises the judgment and provides a list of cases, legislation and international instruments referred to in the judgment. The headnotes are written by the Contributing Editors in the Legal Research Unit (LRU) and are approved by the Editorial Board. Each issue also contains a chronological table of cases, an alphabetical table of cases and a cumulative subject index. The sixth issue contains a cumulative alphabetical table of cases. The LRU prepares the tables and index.
The Reports offer a compendium of significant domestic and European decisions in the jurisdiction in law reporter format. Decisions included in the Reports acquire a unique neutral citation number (NCN) recognised and used by all other law reporters and legal research databases. The Reports occupy a particularly important place in asylum and human rights law. Unlike courts in other countries which look to domestic transposing legislation, the UK courts look directly to the relevant international treaties. Therefore, UK jurisprudence has a universal value, which the Reports showcase.
The Reports are currently only available in hard copy, and there are an average of 400 copies of each of the six issues required per year. This ITT requests submissions which will retain the hard copy publication, whilst also providing online access to the reports. It is also expected that the supplier will provide copy-editing and proofreading services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
Up to 2 periods of up to 2 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
18 January 2023
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
18 January 2023
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
Leeds
Country
United Kingdom