Emergency Lighting System SoW

PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
PROTECTED MOBILITY VEHICLE
VEHICLE EMERGENCY LIGHTING SYSTEM
(VELS).
UOR AO1601
Statement of Work (SOW)
Protected Mobility Team
Issue:
1
Issue Date:
17 Feb 2012
THIS DOCUMENT IS THE PROPERTY OF HER BRITANNIC MAJESTY’S GOVERNMENT, and is issued for the
information of such persons only as need to know its contents in the course of their official duties. Any person finding
this Document should hand it to a British forces unit or to a police station for its safe return to the MINISTRY OF
DEFENCE, D Def Sy, Main Building, Whitehall, LONDON SW1A 2HB, with particulars of how it was found. THE
UNAUTHORIZED RETENTION OR DESTRUCTION OF THE Document MAY BE AN OFFENCE UNDER THE
OFFICIAL SECRETS ACTS 1911-89. (When released to persons outside Government service, this Document is
issued on a personal basis. The recipient to whom it is entrusted in confidence, within the provisions of the Official
Secret Acts 1911-89, is personally responsible for its safe custody and for seeing that its contents are disclosed only
to authorized persons.)
Page 1 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
Protected Mobility Team
Defence Equipment & Support
Spruce 2a #1204
MoD Abbey Wood
Bristol
BS34 8JH
Appendices
Appendix
Title of Document
Version
1
Integrated Logistic Support Plan
V1
2
Protected Mobility Team Safety Management System
V3
3
Security Aspects Letter
V1
4
DSTL Emergency Lighting Robustness
V1
Page 2 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
Contents
Appendices................................................................................................................................2
Contents ....................................................................................................................................3
1
Aim ......................................................................................................................................5
2
Project Context ..................................................................................................................5
3
Requirement and Statement of Work ..............................................................................5
Technical Requirement ...........................................................................................................6
3.1.1
RIDGBACK ...........................................................................................................6
3.1.2
MASTIFF 2 ............................................................................................................6
3.1.3
Roll Over Drills and Egress Trainer (RODET) ......................................................6
3.1.4
WARTHOG (rear cab only) ...................................................................................6
3.1.5
MASTIFF 3 ............................................................................................................6
3.1.6
BUSHMASTER .....................................................................................................6
3.1.7
WOLFHOUND ......................................................................................................6
3.1.8
BUFFALO..............................................................................................................6
3.1.9
Power Supply ........................................................................................................6
3.1.10
Light Units .............................................................................................................6
3.1.11
Harnesses .............................................................................................................7
3.1.12
Sensors .................................................................................................................7
3.1.13
Electromagnetic Compatibility ...............................................................................8
3.1.14
Environmental Requirements ................................................................................8
3.1.15
Shock Resilience...................................................................................................9
3.1.16
Growth Potential ....................................................................................................9
3.1.17
Test Function ........................................................................................................9
3.1.18
Reset Function ......................................................................................................9
3.1.19
System Modularity .................................................................................................9
3.1.20
RODET Specific Requirements ............................................................................9
3.1.21
Painting and Surface Coating .............................................................................10
3.2 Installation Design........................................................................................................10
3.2.1
Critical Design Review ........................................................................................11
4
Integrated Logistics Support (ILS) ................................................................................12
4.1 Strategy........................................................................................................................12
4.2 Integrated Support Plan (ISP) ......................................................................................12
4.3 ILS Element Plans (ILSEP) ..........................................................................................12
4.4 ILS Reviews .................................................................................................................12
4.5 Logistic Support Analysis (LSA)...................................................................................12
4.6 Spares .........................................................................................................................13
Page 3 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
4.7 Packaging ....................................................................................................................13
4.8 NATO Codification .......................................................................................................13
4.9 Technical Documentation ............................................................................................13
4.10
Training....................................................................................................................14
4.10.1 Operator ..............................................................................................................14
4.10.2
4.11
4.12
4.13
Maintainer ...........................................................................................................14
Special Tools & Test Equipment (STTE) ................................................................14
Obsolescence Management....................................................................................15
Disposal ...................................................................................................................15
5
Configuration Management ............................................................................................15
6
Quality Management .......................................................................................................15
7
Project Management .......................................................................................................16
8
Risk Management ............................................................................................................18
9
Safety, Environmental and Legislative Compliance ....................................................18
9.1 Legislation ....................................................................................................................19
10
Business Continuity ..................................................................................................19
11
Delivery and Acceptance ..........................................................................................19
11.1
Documentation ........................................................................................................19
12
Amendments to the Statement of Work ..................................................................19
13
Security .......................................................................................................................20
14
Point Of Contact (POC) for the SOW .......................................................................20
Page 4 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
1 Aim
To define the scope of work and associated reference documents required in order for the
Contractor to deliver the requirements as set out in this Statement of Work (SOW) and the
Schedule of Requirements (SOR).
2 Project Context
Following a number of incidents involving Protected Mobility (PM) Vehicles during 2010 it was
identified that the crew’s ability to egress a platform following a catastrophic event1 could be
significantly improved by the introduction of a Vehicle Emergency Lighting System (VELS)
which illuminated the egress points following such an event.
The requirement for a VELS was considered across the PM fleet of vehicles and was agreed
to be of significant benefit to vehicles with a closed cab2 configuration. The programme to
provide this capability was approved in mid 2011.
3 Requirement and Statement of Work
The Contractor shall provide the Authority with Articles and Services in accordance with the
requirements of this SOW and the SOR. Delivery of completed Articles shall be in
accordance with the Delivery Schedule at Annex B to the Contract.
1
Examples of catastrophic events include roll over (into water or on dry land) or enemy attack including mine blast.
2
The term closed cab distinguishes open cab vehicles such as Jackal and Coyote from enclosed vehicles such as
Mastiff and Ridgback. Ingress and egress from a closed cab vehicle can only be achieved through dedicated
ingress and egress points
Page 5 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
Technical Requirement
The contractor shall supply the VELS for the following vehicle types and variants (SoR items
2a-r):
3.1.1
3.1.2
RIDGBACK
3.1.1.1
Troop Carrying Variant (protected Weapon System)
3.1.1.2
Troop Carrying Variant (Remote Weapon System)
3.1.1.3
Command Post
3.1.1.4
Battlefield Ambulance
MASTIFF 2
3.1.2.1
Troop Carrying Variant (protected Weapon System)
3.1.2.2
Enhanced Communication Variant
3.1.2.3
Protected Eyes
3.1.2.4
Battlefield Ambulance
3.1.3
Roll Over Drills and Egress Trainer (RODET)
3.1.4
WARTHOG (rear cab only)
3.1.5
3.1.4.1
Troop Carrying Variant
3.1.4.2
Battlefield Ambulance
3.1.4.3
Command Post
MASTIFF 3
3.1.5.1
Troop Carrying Variant (protected Weapon System)
3.1.5.2
IEDD
3.1.5.3
ECM
3.1.6
BUSHMASTER
3.1.7
WOLFHOUND
3.1.8
BUFFALO
3.1.9
Power Supply
3.1.9.1
The system shall be powered from its own self contained power supply.
The system power supply shall be capable of providing continuous system
operation in stand by mode for a minimum of 8,760 hours.
3.1.9.2
The system power supply shall capable of providing normal operation of
the system following activation for a minimum of 60 minutes at any point in
time during the period specified at 3.1.1.1
3.1.10 Light Units
3.1.10.1
Light units shall have a viewing angle of not less than 120 degrees in any
direction.
3.1.10.2
Light units shall enable the crew to positively identify the egress points at a
distance of <6 metres through turbid water typical of that seen in the
waterways of Afghanistan
Page 6 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
3.1.10.3
ANNEX A to
Contract No
PMT/0027 SOW
The following colour scheme shall be used to denote the different elements
of the lighting units.
a. Hatch / door / egress point perimeters shall be white
b. Door Handles (incl. assisted hatch / door activators) shall be green
c.
Battle Locks shall be red
3.1.10.4
The light units when fitted to the vehicle detailed at para 3.1 shall be
configurable so as to provide illumination to three (3) sides of the egress
point so as to create a ‘U’ pattern of light.
3.1.10.5
Curved light units shall be provided to enable marking or circular egress
points.
3.1.10.6
Where an egress point if circular in shape, egress lighting shall be fitted to
at least 50% of its circumference.
3.1.10.7
The normal direction of light from the light unit will be perpendicular to the
mounting surface.
3.1.10.8
Light units shall be capable of providing light both perpendicular to and
parallel with the mounting surface simultaneously with a ratio of intensity of
50:50 in either direction.
3.1.10.9
Wherever possible lighting units shall not be fitted to the floor of the vehicle
so as to avoid damage by foot traffic or obscuration from equipment
stowed on the floor of the vehicle.
3.1.10.10 Where handles or latches securing an egress point are required to be
released in sequence, the system shall enable the user to identify the
sequence by the use of differing lengths of the lamp unit. The first handle
or latch in a sequence shall be denoted by the longest lamp unit. Lamp
units will become progressively shorter as the user proceeds through the
sequence. Clear distinction in lamp length is essential.
3.1.11 Harnesses
3.1.11.1
Harnesses shall be configured such that when installed on the vehicles
detailed at para 3.1, they do not present a snag hazard or create loops
which could be used as grab points
3.1.11.2
Harness lengths shall be commensurate with the specific platform
installation.
3.1.12 Sensors
3.1.12.1
Shock
3.1.12.1.1 The system shall include a shock sensor which is mounted in
a location least likely to be affected by differing accelerations seen across
the vehicle structure.
3.1.12.1.2 The shock sensor is to activate only under accelerations
applicable to blast events and not as a result of operation of the vehicle
(e.g. traversing rough terrain) or vehicle systems (e.g. weapons).
3.1.12.2
Flood / submergence.
3.1.12.2.1 The system shall include a sufficient number of flood sensors
to ensure that no part of the vehicle crew area can be submerged to a
depth of more than 50% of its vertical height measurement without one of
the sensors actuating the system.
Page 7 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
3.1.12.2.2 The system shall retain full functionality when any or all parts
of the system are submerged in water to a depth of <10 metres.
3.1.12.2.3 Flood sensors are to operate in fresh water, sea water and in
water which is contaminated with particulate likely to be seen in waterways
of Afghanistan.
3.1.12.3
Pitch/roll
3.1.12.3.1 The system shall include a pitch or roll sensor which will
actuate if the angle of vehicle is <10 degrees greater than the vehicles
static overturning angle. This angle shall not exceed 50 degrees.
3.1.12.3.2
The pitch / roll over sensor shall actuate in any direction.
3.1.13 Electromagnetic Compatibility
3.1.13.1
The system when installed on the vehicles detailed at para 3.1 shall
conform to the requirements of:
a.
DefStan 59-411 (land class A limits)
b.
EU directive 2004/104/EC
3.1.13.2
The contractor shall remain responsible for the EMC performance of the
system when installed on the vehicles detailed at para 3.1.
3.1.13.3
The system shall not interfere with or by interfered by the operation of the
vehicle or its vehicle systems once integrated.
3.1.14 Environmental Requirements
3.1.14.1
3.1.14.2
The system shall be capable of operating with no reduction in performance
in climatic ranges
a.
A1 – Extreme Hot Dry
b.
A2 – Hot Dry
c.
A3 – Intermediate
d.
C0 – Mild Cold
e.
C1 – Intermediate Cold
f.
C2 – Cold
In addition to the climatic conditions detailed at para 3.1.8.2 above, the
system shall be capable of being stored in the following climatic conditions
without detrimental effect on the systems operation post storage.
a.
M2 – Marine intermediate.
b.
The system shall require no preparation for storage in climatic
conditions detailed at para 3.1.8.2.
c.
The system shall be capable of operating with no reduction in
performance in environmental conditions detailed at para 3.1.8.1
with the inclusion of dust and sand as specified in Def Stan 00-35
part 4 section 9
Page 8 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
3.1.15 Shock Resilience
3.1.15.1
The system shall comply with the requirements of Appendix 4.
3.1.16 Growth Potential
3.1.16.1
The system is to provide options for future upgrade to include the following:
3.1.16.1.1 Trickle charging to the systems power supply to maintain
optimum battery operating state.
3.1.16.1.2
fire control
Ability to export control information to external systems e.g.
3.1.17 Test Function
3.1.17.1
The system shall enable the user to confirm system operation by means of
a built in test (BIT) function.
3.1.17.2
Momentary operation of the BIT function will enable the User to confirm
functionality of all components of the system.
3.1.17.3
If a fault is found in the system when the BIT function is operated,
diagnosis of the fault should be capable of being achieved as a level two
(2) maintenance task.
3.1.17.4
Visual and audible warnings shall be given if the system suffers a fault or
failure.
3.1.18 Reset Function
3.1.18.1
Following activation (deliberate or accidental), the system shall be capable
of being reset by the User without special tools. If the activation trigger
remains present, the system shall prevent the reset function.
3.1.19 System Modularity
3.1.19.1
Whilst the final configuration of the vehicle installation will necessarily be
bespoke in respect of its layout, the following components of the system
shall be common across the different installations.
a.
Battery
b.
Shock sensor
c.
Flood sensor
d.
Reset device
e.
Light units (The range of lights is to be used across the different
installation shall be minimised)
3.1.20 RODET Specific Requirements
The Roll Over Drills and Egress Trainer (RODET) is a simulator used to train vehicle crew
members on the actions and techniques required to create the environment in which escape
from an overturned vehicle is most likely to be successful.
When in use, the RODET will have up to 10 persons on board, all of whom will practice
escape from the platform in different simulated roll over scenarios up to 15 times in one hour.
The system operates continuously from up to 18 hours per day, five days per week 52 weeks
per year. The system availability is 80%. It is therefore necessary that the VELS installed on
the RODET is robust and can withstand this usage pattern without being subject to failure.
Page 9 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
The VELS installation for the RODET shall be representative of the installation created for the
Mastiff 3 Troop Carrying Variant in respect of the number, type, colour and position of lamps
used to illuminate the egress points. As the RODET is training equipment there are certain
areas of functionality that are not required as well as additional requirements applicable only to
the RODET. The following requirements are applicable to RODET:
3.1.20.1
The system does not require its own power supply. The system shall be
connected into the RODETs power supply.
3.1.20.2
Activation by the following means is not required:
a.
Flood
b.
Shock
3.1.20.3
The RODET operator shall have the ability to switch the system on or off to
prevent or enable operation of the VELS during certain training serials.
This switching shall be undertaken from the RODET operator’s control
panel
3.1.20.4
The reset facility for the RODET VELS shall be operable from the RODET
operator’s control panel.
3.1.20.5
The system reliability shall not detrimentally affect the RODETs required
availability.
3.1.21 Painting and Surface Coating
The VELS equipment shall be painted Light Stone in colour (BS 381C Colour 361) in
accordance with the relevant section of DefStan 03-32.
3.2
Installation Design
The contractor shall support platform surveys on each of the vehicles (and variants thereof)
detailed at para 3.1. The surveys will be organised by the Authority and supported by the
flowing key organisations/persons
a.
The contractor
b.
Protected Mobility Team representative (nominally the Project Manager)
c.
The platform design Authority
d.
The User (may be represented by the Authority)
The purpose of the survey will be to determine how best to configure the VELS to best suit the
specifics of the platform. The deliverable from the platform surveys will be schematics
showing the relative positions and types of equipment within the vehicle.
The contractor will be required to work with the individual Platform Installation Design
Authorities (PIDAs) and agree how the VELS will be mounted within the vehicle. This will
require the contractor to share information relating to their system with the PIDAs. The PIDAs,
and associated points of contact, which the contractor will be required to work with are as
follows:
a.
Mastiff, Ridgback, Wolfhound, RODET
Integrated Survivability Technologies (IST) Ltd.
1st Floor Building 330,
The Crescent,
Bristol Business Park,
Coldharbour Lane,
Bristol,
Page 10 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
b.
ANNEX A to
Contract No
PMT/0027 SOW
BS16 1EJ
Mr Timothy Elliott
Buffalo
Optronics & Land Thales UK
1 Linthouse Road
Glasgow
G51 4BZ
Mr. Jonathan Hamilton
tel. 0141 440 4388
c.
Warthog
Singapore Technologies Kinetics Ltd (STK)
249 Jalan Boon Lay
Singapore
619523
Mr Marcus Chern
d.
Bushmaster
THALES Land Defence/Optronics & Land
Building 530
Bristol Business Park
Coldharbour Lane
BS16 1EJ
Mr.Steve Lockley
The PIDAs will be contracted separately to provide the vehicle integration kit (VIK) which will
enable the VELS to be mounted to the vehicle.
The Contractor will be required to provide assurance that the functionality of the VELS is not
detrimentally affected by the PIDA’s VIK.
3.2.1
Critical Design Review
The Contractor shall hold a Critical Design Review (CDR) to demonstrate to the Authority the
following:
a.
The final VELS installation design for each platform / platform variant
b.
The impacts to the host vehicle in terms of the required interface with the VELS
equipment and the VIK
The Contractor shall invite the PIDAs to attend the CDR. The Authority will require
confirmation from the contractor and the PIDAs that the VELS/platform VIK interface is
understood and that sufficient interface control documentation is in place to enable the PIDAs
to design and manufacture the VELS equipment VIK.
The Authority will not accept deliveries from the Contractor until such time as interface control
documentation is confirmed as being in place.
The CDR is to take place within 6 weeks from contract award.
Page 11 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
4 Integrated Logistics Support (ILS)
4.1
Strategy
The Contractor shall carry out ILS in accordance with Def Stan 00-600 and shall nominate an
Integrated Logistic Support (ILS) Manager for the duration of the Contract. The ILS Manager
shall have full responsibility, accountability for performance and, be provided with resources
from within the Contractor’s organisation in order to manage all of the ILS requirements set
out in the Contract. The Contractor’s ILS Manager is to be identified as such, where relevant,
throughout the ILS documentation.
The Contractor shall seek to maximise commonality across all vehicle platforms to ensure
through life support and value for money are considered.
4.2
Integrated Support Plan (ISP)
The contractor shall develop and supply an Integrated Support Plan (ISP) (SoR item 3). The
Contractor’s ISP shall be developed using information provided in the Authority’s Integrated
Logistic Support Plan (ILSP) (Appendix 1 to this SoW). The Contractor’s ISP will detail how
the Contractor shall support the project throughout the duration of the contract.
The ISP shall contain the ILS Element Plan(s) (ILSEP) which detail how the Contractor will
support each individual deliverable element throughout the Project lifecycle.
4.3
ILS Element Plans (ILSEP)
The Contractor shall develop and deliver an ILSEP (SoR item 3) in accordance with Def-Stan
00-600. The Contractor shall update the ILSEP throughout the duration of the contract and
present to the Authority for review and agreement.
4.4
ILS Reviews
ILS reviews shall be held in accordance with Def-Stan 00-600. The reviews shall formally
audit the progress of the ILS Programme against the ISP, ILSEP. ILS reviews shall be held at
monthly intervals or as called for prior to the Project Review Meeting (PRM) and will operate
from contract let to final delivery. The Contractor shall provide ILS representation at the
meetings, which shall normally be held at the Contractor's facility or, if agreed by the MoD
ILSM, at other locations as required i.e. MOD Abbey Wood. The Contractor shall prepare
comprehensive minutes of each ILS Review Meeting in accordance with Def-Stan 00-600.
The Contractor’s ISP shall be developed using information provided in the Authority’s own
Integrated Logistic Support Plan (ILSP) (Appendix 1 to this SoW).
4.5
Logistic Support Analysis (LSA)
The Contractor is to carry out the following LSA task.
a.
Level of Repair Analysis (LORA).
b.
Maintenance Task Analysis.
c.
Logistic Demonstration (LD). A LD meeting, at a place and date mutually agreed
with the Authority, shall take place to confirm that the technical publications (TP),
spares and sparing mechanism, S&TE and training are in place and adequate to
support integration work to enable vehicle deployment.
Page 12 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
The Contractor shall regularly review and update the Logistical Support Analysis Plan (LSAP)
throughout the duration of the contract and shall make this available to the Authority upon
request. A final Logistical Support Analysis Report shall be provided to the Authority prior to
the Logistic Demonstration to meet the planned and forecast LSD and shall incorporate the
respective LSA Task Output reports as readable, flat files.
4.6
Spares
The Contractor shall carry out initial spares identification in conjunction with the Authority and
in accordance with DEFCON 82, taking into account any anticipated battle damage repair in
theatre.
Particular attention should be given to ensure that wherever possible the
commonality of components across all platforms is maximised to ensure that the variation in
replacement spares holdings by the Authority is kept to a minimum.
The Contractor shall provide a recommended initial spares list (SoR item 3) that would ensure
the full support to each platform for up to 12 months in the event of items requiring
replacement through damage or wear and tear.
The Contractor should advise the Authority at their earliest opportunity of any Long Lead time
items (LLIs) recognised during the spares identification study and also recommended
minimum order quantities to bring value for money when ordering.
4.7
Packaging
The Contractor shall pack all items supplied under this contract to a robust commercial
standard. The packaging is to preserve the integrity and performance of the equipment when
located in covered storage facilities in UK and Middle Eastern countries for a duration of up to
2 years from date of delivery. Labelling shall be provided in accordance with DEFCON 129.
4.8
NATO Codification
The Contractor shall provide NATO codification for items supplied under this contract in
accordance with the ILS Plan.
4.9
Technical Documentation
The Contractor shall develop and supply a Manufacturing Data Pack (MDP) in accordance
with MoD Guidelines for Industry – GFI No. 10 Part B Annex C (SoR Item 3). The MDP will
cover the all elements of the VELS whichever vehicle platform it is fitted to. This information
provided in the MDP is to be used as an addendum to the existing AESP categories of each
platform in order for the Operation and Maintenance Support of the VELS system to be fully
supportable.
The Contractor will engage with each Platform Design Authority (PIDA) that currently supports
each of the platform types being fitted with the VELS system, to align the format and layout of
the MDP to minimise the amount of rework when embedding the information into the existing
AESPs.
The MDP shall include details usually found in the following AESP Categories:
a)
Cat 201 - Operating Information
b)
Cat 302 – Technical Description
c)
Cat 412 – Installation Instructions
d)
Cat 512 - Failure Diagnosis
e)
Cat 522 - Maintenance Instructions
Page 13 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
f)
Cat 532 - Inspection Standards
g)
Cat 601 - Maintenance Schedule
h)
Cat 711 - Illustrated Parts Catalogue
ANNEX A to
Contract No
PMT/0027 SOW
i)
Cat 741/751 - Complete Equipment Schedule (Simple Equipment)/(Complex
Equipment)
j)
Cat 811 – Modification Instructions
4.10 Training
4.10.1 Operator
The Contractor shall produce a ‘Train The Trainer’ (T3) (Operator) course to train Personnel in
the safe operational understanding of VELS fitted to all relevant vehicle platforms (SoR item
5a). The Training course shall cover the generic elements of VELS and in addition any
platform specific elements should be detailed in a platform specific addition to that course.
The Contractor shall deliver a maximum of 2 courses to the Personnel identified by the
Authority which will include Operator Training Instructors and Crew training instructors within
UK locations. Approval of the course contents will be given by the Director Royal Logistics
Corps Training Development Team (DRLC TDT).
In developing the Training objectives for the T3 (Operator) courses, the Contractor is to
assume that the training entry requirement is that all students having not previously been
exposed to any similar system fitted to any vehicle platform they operate.
The Contractor shall supply 2 sets of re-usable T3 (Operator) course media to enable DRLC
TDT and Defence School of Transport (DST) to deliver follow on Operator Training.
4.10.2 Maintainer
The Contractor shall produce a T3 (Maintainer) course to train all Personnel in the safe
maintenance of VELS fitted to all relevant vehicle platforms (SoR Item 5b). The Training
course shall cover the generic elements of VELS and in addition any platform specific
elements should be detailed in a platform specific addition to that course. The Contractor
shall deliver a maximum of 2 courses to the Maintainer Training Instructor establishment and
User Units within the UK. Approval of the course contents will be given by the Director
Electrical and Mechanical Engineers Training Development Team (Army) (DEME (A) TDT).
The Contractor shall also supply 2 sets of re-usable T3 (maintainer) course media to enable
DEME (A) TDT and the chosen MoD Maintainer Training provide to deliver follow on Operator
Training.
4.11 Special Tools & Test Equipment (STTE)
The Contractor shall identify any items of STTE that are required to enable maintenance tasks
to be carried out at Level 2 and 3. The Contractor shall work in conjunction with the Authority
to identify any items of STTE which exists within the MoD inventory. The Contractor shall
make a recommendation regarding the scaling of STTE (SoR item 3).
New items of STTE which are sufficiently complex to require operation and maintenance
instructions shall be supplied with their own data pack.
Page 14 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
4.12 Obsolescence Management
The Contractor shall implement an Obsolescence Management strategy in accordance with
IEC 62402:2007. This will include as a minimum:
The ongoing identification and review of obsolescence concerns and issues
throughout the duration of this Contract.
a.
Identification of mitigation action of obsolescence concerns throughout the duration
of this Contract.
b.
c.
Identification of resolution action of obsolescence issues.
This shall include but is not limited to obsolescence of components, assemblies, subassemblies, piece parts, and material.
The Contractor shall provide an obsolescence management plan (SoR item 3) in accordance
with JSP 886 Chapter 5.
4.13 Disposal
Where materiel is owned by the Authority, and held at the Contractors premises the
Contractor shall, as required, manage its disposal in accordance with JSP 886 Volume 09:
“The Disposal of Materiel”.
5 Configuration Management
The Contractor shall manage the configuration of work and / or Services provided by the
contract in accordance with Def Stan 05-57.
The contractor shall provide a configuration management plan (SoR item 1)
6 Quality Management
The Contractor shall be certified or actively working towards the ISO 9001:2008 series of
standards, or to a similar recognised national or international third party accreditation scheme,
appropriate to the scope of this requirement.
During the term of the Contract, quality assurance may be carried out by the Authority
Defence Quality Assurance Group (DQAG) or their representative, on behalf of the Authority in
accordance with ISO 9000:2008 series and Allied Quality Assurance Publications (AQAP)
standards. The Contractor shall provide reasonable access to their premises and those of
their subcontractor(s) for the MOD Defence Quality Assurance – Field Force (DQA-FF) to
undertake Quality Assurance surveillance activities.
The Contractor shall, maintain and document a Quality Assurance Management process in
accordance with ISO 9001 and AQAP 2110.
The Contractor shall develop and supply a Quality Plan (QP) (SOR Item 1).
The Contractor shall ensure that the QP for this requirement complies with AQAP 2105:
NATO Requirements for Deliverable Quality Plans. The content of the QP shall address the
Quality Assurance requirements applicable to the project as specified in DEFCON 602A in the
Contract. The QP is to cite a Quality Assurance Surveillance Plan (QASP) and is to provide
details and documentary evidence of the Contractor’s current Quality Approval Status (QAS).
Page 15 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
7 Project Management
The Contractor shall develop, implement and provide the Authority with a Project Management
Plan (PMP) (SoR item 1) to include the following:
a.
Background to the project
b.
Project objectives and / or requirements, scope and exclusions, constraints
c.
Stakeholders, including analysis of their influence and attitude towards the project
d.
Dependencies
e.
Risks, issues and assumptions, likely to refer to the related registers
f.
Description of project approach, including project management lifecycle and its
relationship with other applicable lifecycles such as the acquisition lifecycle
g.
Project organisation, including key role descriptions, terms of reference and
authority levels
h.
Acceptance plan
i.
Strategies / plans for acceptance; assurance; risk management; issue resolution;
assumptions management; stakeholder engagement and communications; project
monitoring and control, including change control; project reporting; information
management
j.
High level project plan / schedule, including key products, activities and resources
including funding
The Contractor shall provide the Authority with Monthly Progress Reports (MPR) (SoR item 1)
detailing the following information:
a.
Delivery schedule.
b.
Activities carried out during the period covered by the report, detailing any
timescale variations which have occurred since the previous report
c.
Planned activities for the next reporting period
d.
Risks identified that may prevent progress (including technical and commercial)
e.
Any risk mitigation action carried out
f.
Any other issues pertinent to the success of the work
g.
Summary of financial position of project to include: Spend to date, amount of
commitments to date, accrual profile and spend profile for remains of the project,
to include variance details.
The Contractor shall attend formal Progress Meetings (PMs) and Working Groups (WGs)
(SoR item 1) with the Authority as is reasonably required by the Authority. The PMs and WGs
are to enable both the Contractor and the Authority to inform on progress, discuss issues and
problems and reach resolution.
Page 16 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
Table 1 below details the routine meetings that will form part of the management of the project
including a general description of the meeting aim and the most likely frequency.
Meeting Type
Aim
Contractor’s
Responsibility
Telecons
Throughout the life of the Contract.
Participant
As
required
Chair
Monthly
Chair
Monthly
Chair for
product safety
appraisal,
Monthly
To discuss general project related
matters where a formalised meeting is
not required.
Formal Progress
Meetings
Throughout the life of the Contract.
Design Review
Meetings
Throughout the life of the Contract.
Safety Working
Groups
Throughout the life of the Contract.
Frequency
To discuss project progress against the
plan and agree changes as required.
To assess design proposal and discuss
technical issues associated with this
requirement.
To progress the safety appraisal and
contribute to the platform safety cases.
Participant for
platform
meetings
GFA Meetings
Throughout the life of the Contract.
Chair
As
required
Participant
As
required
Chair
Monthly
Chair
Monthly
To discuss matters associated with
GFA.
Quality Assurance
Review Meetings
Throughout the life of the Contract.
ILS Review
Meetings
Throughout the life of the Contract.
Risk & Opportunity
Management
Meetings
Throughout the life of the Contract.
To discuss matters associated with
quality assurance.
To discuss the pertinent ILS elements
of the programme.
To review risk and ensure maintenance
of the risk register and ROMP. Likely
to include a review of issues that have
arisen within the contract.
Table 1: Meeting Frequencies
Where possible, meetings shall be held concurrently to minimise travel and other costs. The
Contractor shall attend any other ad hoc meetings as is reasonably requested by the Authority
which may be required to resolve specific issues.
Page 17 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
The Contractor shall carry out secretarial activities for formal progress meetings (combined
with SoR item 1) including provision of agenda, collation of reports and preparation of minutes
for agreement by the meeting attendees.
Any issues that are not able to be resolved at any of the meetings held between the Contractor
and the Authority shall be escalated in accordance with the Conditions of Contract and in
accordance with the conditions of the Contract.
8 Risk Management
The Contractor shall ensure that risks associated with this contract are managed effectively
such that the impact is reduced to as low a level as is reasonably practicable. The Contractor
shall deliver a Risk and Opportunities Management Plan (ROMP) (SoR Item 1) which shall be
maintained throughout the duration of the project. The ROMP shall define the processes and
procedures to be employed by the Contractor for the management and control of risks and
opportunities. The ROMP shall demonstrate the following:
a.
A means of identification, statistical assessment, and management of risks and
opportunities relating to the Contractor’s programme.
b.
Identification of the roles and responsibilities with respect to risk management of
each member of the Contractor’s project team.
c.
Identification of the process for regular review of risks and opportunities and
progress with mitigation actions.
d.
The Contractor’s risk management process shall provide a means by which any
member of the Project team (Authority and / or, Contractor / Sub-Contractors) is
able to identify and have recorded risks or opportunities applicable to the
programme
A summary of the Contractor’s risks and mitigating actions shall be provided as part of the
Contractor’s Monthly Progress Reports and shall form part of the agenda for the Monthly
Progress Meetings that are to be held with the Authority.
The Contractor shall produce and manage a risk and opportunities register for this contract
(SoR Item 1). The risk register shall be updated by the Contractor and reviewed, as a
minimum, on a monthly basis. The risk register will detail the impact of the risks in time cost
and performance terms.
The Contractor shall identify the risks and opportunities to this requirement, their mitigation
activities with targets of achievement, and priced fallback options with established trigger
dates. The Contractor and the Authority shall pay specific attention to the identification and
mitigation of integration risks.
The Contractor shall organise and hold joint risk WG’s and meetings with the Authority, any
relevant Sub-Contractors and SMEs to discuss issues and aspects relating to any risk
associated with the Contract and its outputs and deliverables.
9 Safety, Environmental and Legislative Compliance
The Contractor shall supply a Safety and Environmental Appraisal (S&EA) (SoR Item 1) for
the VELS in accordance with:
a.
JSP 454
Page 18 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
b.
Projected Oriented Safety Management System (POSMS)
c.
Projected Oriented Environmental Management System (POEMS)
d.
Protected Mobility Team Safety Management System (Appendix 2)
Furthermore the Contractor shall support the Authority in incorporating the VELS S&EA into
the platform Safety and Environmental Case(s) (SoR item 1). This support shall include:
a.
Provision of technical information to the Authority’s chosen safety management
consultant.
b.
Attendance at up to 10 Safety and Environmental Working Group (SEWG)
meetings in support of the Authority’s safety management process.
SEWGs will occur at one of the following locations:
I.
Land Warfare Centre, Warminster
II.
NP Aerospace, Coventry
III.
Defence Equipment and Support, Bristol
The Contractor shall provide a Safety Management Plan (SMP) (SoR Item 1)
9.1
Legislation
The Contractor shall provide a legislative compliance assessment detailing the level of
compliance achieved, against all extant and emerging applicable UK and EU legislative
requirements (combined within SoR item 1).
10 Business Continuity
The Contractor shall provide a Business Continuity and Disaster Recovery Plan (SoR item 1).
11 Delivery and Acceptance
Acceptance shall be in accordance with the conditions of the contract
11.1 Documentation
All consignments are to be supported by a Certificate of Conformity in accordance with Defcon
627.
Where relevant, consignments are to contain test certification which confirms compliance with
requirements which deem certification to be necessary.
Deliverable documentation (e.g. plans) and data shall be supplied in accordance with the
relevant Contract Data Requirement (CDR).
The date of delivery for deliverable documentation shall be in accordance with Annex B.
12 Amendments to the Statement of Work
Any amendments to this Statement of Work or the requirement will be advised in writing and
in accordance with the Contract Change Procedure of the Contract.
Page 19 of 20
PROTECT - CONTRACT
PROTECT - CONTRACT
ANNEX A to
Contract No
PMT/0027 SOW
13 Security
The RESTRICTED security aspects covered by this requirement are detailed in the Security
Aspects Letter (SAL) detailed at Appendix 3.
The contractor shall ensure that all aspects of this requirement are managed in accordance
with JSP 440.
14 Point Of Contact (POC) for the SOW
The Authority Points of Contacts (POCs) for this SOW are, at the time of Contract award, as
follows. Any changes to Authority Personnel shall be noted and agreed in the Monthly
Progress Meetings.
Name
Role
Phone
Email
Mr Jason Purveur
Project Manager
030 679 33054
[email protected]
Maj Daryl Hirst
Requirements Manager
030 679 36129
[email protected]
Mr Neil McDonald
Logistic Support
Manager
030 679 38138
DESLECWG-PMT-TLS-P-I1
Mr Nick Clark
Commercial Manager
030 679 39382
[email protected]
Mrs Laura Sands
Commercial Officer
030 679 36059
[email protected]
Mr Michael Shorey
Quality Manager
030 679 71358
[email protected]
Page 20 of 20
PROTECT - CONTRACT