Tender

711856470 - The Supply and Support of Future JCAST-UK4

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

06 Mar 2025 at 17:35

Summary of the contracting process

The Ministry of Defence has initiated a competitive tender for the "Supply and Support of Future JCAST-UK4" training services under the defence and security category. The goal is to develop and deliver training exercises that prepare commanders and their staff for contingent operations, integrating multiple domains of military operations. The procurement process, managed from Bristol, has key deadlines including a submission of interest by 3rd April 2025 and an offer period ending on 11th December 2026. This tender seeks to establish a five-year contract valued initially at £70M (ex VAT), with potential option years extending the value to £112M (ex VAT). The competitive flexible procedure will involve a selective procurement method, handling complex training requirements for services classified up to SECRET (UK or NATO) level, and requiring significant security clearances for suppliers.

This tender presents significant business growth opportunities, particularly for firms experienced in military training, simulation, and software development. Companies with robust security credentials and capabilities in managing technical training services will be well-positioned to compete. SMEs and VCSEs are encouraged to participate, with a streamlined process to down-select 2 to 5 suppliers to invite for tender, based on both pass/fail and scored criteria. Successful suppliers will need to show competency in delivering sophisticated training solutions and managing high-risk cyber profiles, with the flexibility to adapt to changing standards and geopolitical conditions. The competitive nature and substantial scope of this project offer a lucrative opportunity for businesses to establish or expand their footprint in the defence sector.

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

711856470 - The Supply and Support of Future JCAST-UK4

Notice Description

The Future Joint Command and Staff Training (FJCAST) service will deliver combined collective training exercises to prepare commanders and their staff for contingent operations, in accordance with the Defence Exercise Programme (DXP). The service will develop and deliver exercises that incorporate both simulation and fusion doctrine. It will also integrate training across the five 'domains' of military operations: Air, Cyberspace, Land, Maritime and Space. While this requirement is sponsored by Integrated Warfare Centre UK STRATCOM, the contract will potentially cover end users from across MOD. The key deliverables will be command post exercises (CPXs) for a Combined (i.e. multinational) Joint Task Force (JTF) collective training up to and including tiers 3 and 4. These exercises will be both computer-assisted (CAX) and dynamically scripted (i.e. the narrative will depend on what the training audience does during the exercise), and will take place both in the UK and overseas. The military collective training tiers are explained in volume 3 ('Collective Training') of Joint Service Publication (JSP) 822, which can be accessed through the UK government website. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. FJCAST contract will be initially for 5 years at an estimated cost of PS70M ex VAT. If option years taken, subject to affordability and approval, this may take the value to PS112M ex VAT. This will be a Service Contract (expected Fully Managed Service). There may be a requirement for further training exercises outside of the core requirement and a tasking process will be included to cover any additional training scope. Information to meet the FJCAST Fully Managed Service in support of collective training, from initial planning through to post-exercise after action reviews, is classified up to and including SECRET (UK or NATO). Suppliers must have the necessary Personal Security Clearances (PSCs) and must have access to facilities with security clearance (Facility Security Clearance [FSC]). Suppliers that do not hold security clearance would need to obtain by contract award. Further security requirements will be detailed during the tender process as part of the PSQ and subsequent invitation to tender. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference - RAR-250303A03) It is anticipated that TUPE will apply to this requirement., A previous PIN was published under Notice Reference 2024/S 000-016540

Lot Information

Lot 1

Options: Option to purchase additional services as required

Renewal: Option to extend the Contract for up to three (3) years in any combination of durations

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ea4d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008276-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

48 - Software package and information systems

80 - Education and training services


CPV Codes

34152000 - Training simulators

48931000 - Training software package

80511000 - Staff training services

80660000 - Training and simulation in military electronic systems

Notice Value(s)

Tender Value
£112,000,000 £100M-£1B
Lots Value
£112,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Mar 202511 months ago
Submission Deadline
20 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Jan 2027 - 6 Jan 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Victoria Simmonds
Contact Email
victoria.simmonds101@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
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
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

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-04ea4d-2025-03-06T17:35:02Z",
    "date": "2025-03-06T17:35:02Z",
    "ocid": "ocds-h6vhtk-04ea4d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Victoria Simmonds",
                "email": "Victoria.Simmonds101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59580",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "711856470 / TSSP/148",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "711856470 - The Supply and Support of Future JCAST-UK4",
        "description": "The Future Joint Command and Staff Training (FJCAST) service will deliver combined collective training exercises to prepare commanders and their staff for contingent operations, in accordance with the Defence Exercise Programme (DXP). The service will develop and deliver exercises that incorporate both simulation and fusion doctrine. It will also integrate training across the five 'domains' of military operations: Air, Cyberspace, Land, Maritime and Space. While this requirement is sponsored by Integrated Warfare Centre UK STRATCOM, the contract will potentially cover end users from across MOD. The key deliverables will be command post exercises (CPXs) for a Combined (i.e. multinational) Joint Task Force (JTF) collective training up to and including tiers 3 and 4. These exercises will be both computer-assisted (CAX) and dynamically scripted (i.e. the narrative will depend on what the training audience does during the exercise), and will take place both in the UK and overseas. The military collective training tiers are explained in volume 3 ('Collective Training') of Joint Service Publication (JSP) 822, which can be accessed through the UK government website. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. FJCAST contract will be initially for 5 years at an estimated cost of PS70M ex VAT. If option years taken, subject to affordability and approval, this may take the value to PS112M ex VAT. This will be a Service Contract (expected Fully Managed Service). There may be a requirement for further training exercises outside of the core requirement and a tasking process will be included to cover any additional training scope. Information to meet the FJCAST Fully Managed Service in support of collective training, from initial planning through to post-exercise after action reviews, is classified up to and including SECRET (UK or NATO). Suppliers must have the necessary Personal Security Clearances (PSCs) and must have access to facilities with security clearance (Facility Security Clearance [FSC]). Suppliers that do not hold security clearance would need to obtain by contract award. Further security requirements will be detailed during the tender process as part of the PSQ and subsequent invitation to tender. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference - RAR-250303A03) It is anticipated that TUPE will apply to this requirement., A previous PIN was published under Notice Reference 2024/S 000-016540",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80660000",
                        "description": "Training and simulation in military electronic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34152000",
                        "description": "Training simulators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48931000",
                        "description": "Training software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 134400000,
            "amount": 112000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Procurement Specific Questionnaire (PSQ) (including Conditions of Participation) is available within the Defence Sourcing Portal (DSP) and will be used to down-select between 2 and 5 suppliers to be invited to Tender. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons and whether the suppliers are UK suppliers under the Procurement Act. A clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority. Within the PSQ there are a mix of questions: Pass/Fail, a Fail resulting in exclusion from further participation in the tendering process; and scored Questions. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 5 will be invited to Tender. Where there is a tie at Positions 5 and 6 (or more), the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 1 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 2. This will continue sequentially down the list for Questions 1 to 15 until a supplier is selected for 5th place. If this sequential process does not result in a clear 5th place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 5th position. An Invitation to Tender (ITT) will be issued to those successful at PSQ. A clarification process will be used during the tendering period to allow suppliers to seek clarification from the Authority. A summary of the award criteria is in this notice and will be explained in the Tender Evaluation Strategy, which will be published in the DSP, with the ITT. The Authority reserves the right to refine the award criteria before and - where negotiation/final tenders are used - during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the weightings of the sub-criteria. The following supplementary processes may be used, with further details set out in the additional tender documents; * Clarifications - during the tender evaluation period * Negotiations - following evaluation of the Tender * Supplier presentations / site visits - during the Tender, and Tender Evaluation period * Final Tenders - following negotiations, if used * Preferred Supplier Stage - to confirm solutions and/or finalise the draft contract. The Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to; * amendments to the tender documents which may provide clarification * refining the specification as the competitive flexible procedure progresses * reducing timescales. If any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Link to Opportunity Listing: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59580",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-04-03T13:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-03-20T13:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-12-11T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 134400000,
                    "amount": 112000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Weightings will be set out in the associated tender documents",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Commercial",
                            "description": "Weightings will be set out in the associated tender documents"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 2,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Details can be found in the PSQ"
                        },
                        {
                            "type": "technical",
                            "description": "Details can be found in the PSQ"
                        },
                        {
                            "description": "Within the PSQ there are a mix of questions: Pass/Fail, a Fail resulting in exclusion from further participation in the tendering process; and scored Questions. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 5 will be invited to Tender. Where there is a tie at Positions 5 and 6 (or more), the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 1 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 2. This will continue sequentially down the list for Questions 1 to 15 until a supplier is selected for 5th place. If this sequential process does not result in a clear 5th place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 5th position.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-07T00:00:00+00:00",
                    "endDate": "2032-01-06T23:59:59+00:00",
                    "maxExtentDate": "2035-01-06T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend the Contract for up to three (3) years in any combination of durations"
                },
                "hasOptions": true,
                "options": {
                    "description": "Option to purchase additional services as required"
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "1. Due to limited technical SQEP and the significant risk to training delivery presented by multiple systems needing integration there is a risk that the authority is unable to attribute responsibility between different suppliers resulting in an immediate impact to defence national & international training output. 2. Due to the dynamic nature of the technical design and exercise scale/scope requiring boundaries around potential Lots there is a risk that the extensive management / contract action may be jeopardised resulting in a loss of flexible and agile support to the training of UKSC, OGDs and JEF nations. 3. Due to multiple supplier relationships required as part of Lots there is a significant risk that supplier, contracting authority and customer relationship breakdowns may result in the failure of integrated service support to UKSC delivery of national & international defence exercises."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "008276-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008276-2025",
                "datePublished": "2025-03-06T17:35:02Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "All payments will be made through the Authority's Contracting, Purchasing & Finance (CP&F) system (Exostar) and will be in accordance with future contractual arrangements."
        },
        "riskDetails": "Changes in standards and policies, outside of Authority control, may necessitate changes to the contract. This may cost time and money. Changes in the character of conflict or geopolitical landscape may reduce the relevance of the service. This means the supplier will need to adapt the service to keep up with these changes. If the above risks materialise then there is a possibility that the contract will be modified under paragraph 5 of Schedule 8."
    },
    "language": "en"
}