Tender

711856470 - The Supply and Support of Future JCAST-UK4

  • Ministry of Defence

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-008276

Procurement identifier (OCID): ocds-h6vhtk-04ea4d

Published 6 March 2025, 5:35pm



Scope

Reference

711856470 / TSSP/148

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 £70M ex VAT. If option years taken, subject to affordability and approval, this may take the value to £112M 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

Total value (estimated)

  • £112,000,000 excluding VAT
  • £134,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 7 January 2027 to 6 January 2032
  • Possible extension to 6 January 2035
  • 8 years

Description of possible extension:

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

Options

The right to additional purchases while the contract is valid.

Option to purchase additional services as required

Main procurement category

Services

CPV classifications

  • 80660000 - Training and simulation in military electronic systems
  • 34152000 - Training simulators
  • 48931000 - Training software package
  • 80511000 - Staff training services

Justification for not using lots

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.


Participation

Legal and financial capacity conditions of participation

Details can be found in the PSQ

Technical ability conditions of participation

Details can be found in the PSQ

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

20 March 2025, 1:00pm

Submission type

Requests to participate

Deadline for requests to participate

3 April 2025, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

2 to 5 suppliers

Selection criteria:

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.

Award decision date (estimated)

11 December 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Price

Weightings will be set out in the associated tender documents

Price
Technical

Weightings will be set out in the associated tender documents

Quality
Commercial

Weightings will be set out in the associated tender documents

Quality

Weighting description

Weightings will be set out in the associated tender documents


Other information

Payment terms

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.

Description of risks to contract performance

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

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.


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

MOD Abbey Wood

Bristol

BS34 8JH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government