DEFFORM 47ST Edn 06/14 (Interim) [Redacted – Section 40, Personal Information] DES LE STSP-DCC-Comrcl2c Defence Equipment and Support Soldier System Programmes, Survivability Elm 3c, #4335, MOD Abbey Wood, Bristol, BS34 8JH [Redacted – Section 40, Personal Information] Email: [email protected] Your Reference: NP Aerospace Ltd T/A Morgan Advanced Materials Composites and Defence Systems 473 Foleshill Road Coventry, CV6 5AQ Our Reference: SSP/00099 Date: 26/11/2014 [Redacted – Section 40, Personal Information] Dear Paul Single Source Invitation To Tender (ITT) Reference No. SSP/00099 1. You are invited to tender for the sustainment (Refurbishment and Replacement) of Body Armour Plates, by a 4 year Enabling Contract, in accordance with the attached documentation. 2. The requirement is for the refurbishment of an estimated 3,500 Osprey body armour plates per year for a period of 4 years replacing an estimated 350 plates per year where they are assessed as beyond economical repair. The requirement also includes options to include the refurbishment of an estimated 800 Paraclete plates per year replacing an estimated 80 plates per year. 3. The anticipated date for the contract award decision is 30/01/2015, please note this date is indicative and may change. 4. You must submit your Tender to arrive no later than 14/01/2015. You must return your Tender to the Commercial Officer at the above address. Yours sincerely [Redacted – Section 40, Personal Information] Commercial Manager Page 1 of 17 DEFFORM 47ST Edn 06/14 (Interim) This page is intentionally blank Page 2 of 17 DEFFORM 47ST Edn 06/14 (Interim) Invitation to Tender for 4 Yr Enabling Contact for the Sustainment of Body Armour Plates Page 3 of 17 DEFFORM 47ST Edn 06/14 (Interim) Contents This invitation consists of the following documentation: DEFFORM 47ST – Invitation To Tender. The DEFFORM 47ST is the document that sets out the key requirements that you need to meet in submitting a valid Tender in advance of any negotiations. It also sets out the conditions relating to this procurement. For ease it is broken into: o Section A – Introduction Definitions Purpose ITT Documentation and ITT Material Tender Expenses Material Change of Control Contract Conditions Consultation with Credit Reference Agencies Communications and Clarification Government Security Classifications policy Page 5 o Section B – Key Activities Page 8 o Section C – Instructions on Preparing Tenders Tenders for Selected Contractor Deliverables Construction of Tenders Validity Variant Bids Defence Reform Act 2014 – Part 2, Single Source Contracts Specification Concessions Defform 47SC (Edn 06/02) - Sub-contracts in the Supply Chain Page 9 o Section D – Details of Price Breakdown Page 11 o Section E – Instructions on Submitting Tenders Submission of your Tender Samples Page 12 o Section F – Conditions of Tendering Conforming to the Law Fraud and Other Illegal Practices Conflicts of Interest Government Furnished Assets Publicity Announcement Remedies for Breach of Contract Reportable Requirements Conditions of Tendering Specific to this Requirement Page 13 o DEFFORM 47ST Annex A – Tender Submission Document (Offer) Page A1 Appendix 1 to DEFFORM 47ST Annex A (Offer) –Information on Mandatory Declarations Schedule of Requirements – SSP/00099 Statement of Work Contract Conditions DEFFORM 111 – Appendix to Contract - Addresses and Other Information Tenderer’s Commercially Sensitive Information Form (DEFFORM 539A) DEFFORM 28ST – Tender Return Label DEFFORM 522A – Relevant Payment Details Palletisation Annex Certificate of Conformance (Template) Page 4 of 17 DEFFORM 47ST Edn 06/14 (Interim) Section A – Introduction Definitions A1. This requirement is issued on behalf of the Secretary of State for Defence of the United Kingdom of Great Britain and Northern Ireland (hereafter referred to as "the Authority"). A2. “You / Tenderer” means the economic operator or group of operators in the form of a consortium that has been invited to submit a response to this Invitation to Tender. A3. “Invitation to Tender” (ITT) refers to the first document that the Authority sends out to potential Tenderers that initiates a tender response or negotiation. A4. A “Tender” is the offer that you are making to the Authority. A5. “Contractor Deliverables” means the goods and / or the services, including packaging (and Certificates(s) of Conformity and supplied in accordance with any Quality Assurance (QA) requirements if specified) which the contractor is required to provide under any resultant Contract in accordance with the Schedule of Requirements, but excluding incidentals outside the Schedule of Requirements such as progress reports. A6. “Schedule of Requirements” means that part of the Contract which identifies, either directly or by reference, the Contractor Deliverables to be supplied or carried out, the quantities involved and the price or pricing terms in relation to each Contractor Deliverable. A7. The “Statement of Work” details the technical requirements and acceptance criteria of the Contractor Deliverables. The Statement of Work is attached to this DEFFORM 47ST. A8. “Conditions of Tendering” means the Conditions set out in the DEFFORM 47ST that govern the procurement. A9. “Contract Conditions” means the attached conditions that will govern any resultant Contract. A10. A “Third Party” is anyone who is not an employee of the Authority or Tenderer as defined in this DEFFORM 47ST. A11. “Voluntary Transparency Notice” means a mandatory notice used to announce a procurement decision that the Authority intends to place a non-competitive contract under OJEU procedures. This allows industry to challenge the decision not to compete. A12. “Single Source” means a situation where the Authority has invited a response from one economic operator or group of operators in the form of a consortium. Purpose A13. The purpose of this ITT is to invite you to propose a solution / best price to our requirement. This documentation explains and sets out the: a. process and timetable for the next stages of the procurement; b. instructions and conditions that govern this invitation; c. information you must include in your Tender and the required format; d. administrative arrangements for the receipt and review of Tenders; and e. Contract Conditions that shall apply in the event that the Authority awards a contract following this invitation. A14. The sections in this ITT and associated documents are structured in line with a generic tendering process and do not indicate importance / precedence. A15. This ITT is exempt from the Defence and Security Public Contracts Regulations 2011. The decision to conduct single source procurement for this requirement was advertised by the Authority by publishing a Voluntary Ex Ante Transparency Notice (VEAT) in the OJEU and a Voluntary Transparency Notice in the DCO dated November 2014. Page 5 of 17 DEFFORM 47ST Edn 06/14 (Interim) ITT Documentation and ITT Material A16. ITT Documentation means any information in any medium or form (for example drawings, handbooks, manuals, instructions, specifications and notes of pre-tender clarification meetings), issued to you or to which you have been granted access, by the Authority for the purposes of responding to this ITT. ITT Material means any other material (including patterns and samples), equipment or software issued to you or to which you have been granted access, by the Authority for the purposes of responding to this ITT. ITT Documentation, ITT Material and any Intellectual Property Rights (IPR) in them shall remain the property of the Authority or other Third Party owners and is released solely for the purposes of enabling you to submit a Tender. You must: a. take responsibility for the safe custody of the ITT Documentation and ITT Material and for all loss and damage sustained to it while in your care; b. not copy or disclose the ITT Documentation or any part of it to anyone other than the bid team involved in preparing your Tender, and not use it except for the purpose of responding to this ITT; c. seek approval from the Authority if you need to provide access to any ITT Documentation or ITT Material to any Third Party; d. abide by any reasonable conditions imposed by the Authority in giving its approval under sub-Paragraph A16.c, which at a minimum will require you to ensure any disclosure to a Third Party is made by you in confidence. Alternatively, due to IPR issues for example, the disclosure may be made, in confidence, directly by the Authority; e. accept that any further disclosure of ITT Documentation, or further use of ITT Documentation or ITT Material, without the Authority’s written approval may make you liable for a claim for breach of confidence and / or infringement of IPR, a remedy which may involve a claim for compensation; and f. immediately destroy all ITT Documentation, ITT Material and derived information, and certify the destruction to the Authority, should you decide not to participate in responding to this ITT, or you are notified by the Authority that your Tender has been unsuccessful. Any ITT Documentation and ITT Material marked ‘Official Sensitive’, ‘Secret’ or ‘Top Secret’ must be returned to the Authority. A17. Some or all of the ITT Documentation and ITT Material may be subject to one or more Confidentiality Agreements made between you and either the Authority or a Third Party, for example a Confidentiality Agreement established in the form of DEFFORM 94. The obligations contained in any such Agreement will be in addition to, and not derogate from, your obligations under Paragraph A16 above. Expenses A18. You will bear all costs associated with preparing, submitting and negotiating your Tender. If the Tender process is terminated or amended by the Authority, the Authority will not reimburse you. Material Change of Control A19. You must inform the Authority in writing if there is any material change in control, composition or membership of your organisation and / or consortium members, including any subcontractors at any time during the procurement process. This may affect our decision to award a contract to you. Contract Conditions A20. The full text of Defence Conditions (DEFCONs) and Defence Forms (DEFFORMS) are available electronically via https://www.gov.uk/acquisition-operating-framework. Consultation with Credit Reference Agencies A21. The Authority may consult with credit reference agencies to assess your creditworthiness. This information may be used to support and influence decisions to enter into a contract with you. Communications and Clarification Page 6 of 17 DEFFORM 47ST Edn 06/14 (Interim) A22. All enquiries relating to this Invitation to Tender should be made in writing, quoting the Tender Number, to the Commercial Officer detailed at Box 1 of DEFFORM 111, the Appendix to the Contract. Enquiries made by telephone, other than for documents missing from the tender package, will not be acceptable. All questions, together with the Authority’s answers may be, depending on the nature of the question, distributed to all Tenderers, at the sole discretion of the Authority. To assist the Authority, it is requested that all Tenderers questions are forwarded on plain paper with no company markings under cover of a separate company letter. Government Security Classifications Policy A23. As of the 2nd April 2014 the new Government Security Classifications Policy (GSC) was introduced. A key aspect of this policy is the reduction in the number of security classifications used. This Tender and any subsequent contract that may be awarded to you as a result, is subject to protection under GSC. You are therefore encouraged to make yourself aware of the changes through the Gov.uk GSC website. A24. The Authority hereby reserves the right to amend any security related term or condition of the draft contract accompanying this ITT to reflect any changes introduced by national law or government policy. Where this ITT is accompanied by any instructions on safeguarding classified information (e.g. a security aspects letter), the Authority reserves the right to amend the terms of these instructions as a result of any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. This may relate to the instructions on safeguarding classified information as they apply to the tender process and / or any contract awarded to you as a result of this tender process.” Page 7 of 17 DEFFORM 47ST Edn 06/14 (Interim) Section B – Key Activities [see explanatory notes 7 – 15] The key dates for this procurement are currently anticipated to be as follows: Stage Date and Time Initiated By Submit to: Final date for Clarification Questions / Requests for additional information 10/12/2014 Tenderer DES LE STSP-DCCComrcl2c Final Date for Requests for Extension 10/12/2014 Tenderer DES LE STSP-DCCComrcl2c The Authority issues Answers and Clarifications 17/12/2014 The Authority Tenderer Tender Return 14/01/2015 Tenderer DES LE STSP-DCCComrcl2c Value For Money (VFM) Assessment 19/01/2015 The Authority N/A Page 8 of 17 DEFFORM 47ST Edn 06/14 (Interim) Section C - Instructions on Preparing Tenders Tenders for Selected Contractor Deliverables C1. You must respond to the requirement for all the Contractor Deliverables listed in the attached Schedule of Requirements. Construction of Tenders C2. Your Tender must be written in English, using Arial font size 11. Prices must be in £GBP. Prices must be Firm Price. C3. To enable the Authority to complete its Value For Money (VFM) assessment, your price must be broken down. Please set out your Tender response in accordance with Section D. Validity C4. Your Tender must be valid / open for acceptance for 8 calendar weeks from the Tender return date. Variant Bids C5. The decision to invite a Single Source response is based on the scope of the requirement. Where you submit a variant bid that is outside the scope of the requirement the Authority may be required to compete the requirement. Defence Reform Act 2014 – Part 2, Single Source Contracts C6. Your attention is drawn to the Defence Reform Act 2014 (DRA): http://services.parliament.uk/bills/2013-14/defencereform.html. C7. The DRA will enable secondary legislation, to be called Single Source Contract Regulations 2015 (SSCR), which are expected to come into force on 6 April 2015. C8. The DRA sets out the criteria for determining when a single source contract is a Qualifying Defence Contract (QDC), to which the DRA and the SSCR will apply. Any single source contract over £5M that has an award date on or after 6 April 2015 which meets the criteria in the DRA is potentially a QDC. C9. The DRA and SSCR cover such matters as the information, openness and transparency that the parties must provide to each other, and the rights and obligations of both parties to a QDC once on contract. C10. The DRA also sets out the criteria for determining when a contract is a Qualifying Subcontract (QSC) to which the DRA and SSCR will apply. Any single source sub-contract in excess of £25M, placed in support of a QDC or another QSC and which meets the criteria in the DRA, is potentially a QSC. Responsibility for assessing whether a sub-contract is a QSC lies with the party placing the sub-contract. The Tenderer therefore has an obligation to determine whether any planned sub-contract is a QSC. The Tenderer must keep a record of any determinations and notify both the Secretary of State for Defence and the sub-contractor in writing when a sub-contract is determined as a QSC. C11. The MOD Commercial Toolkit (https://www.aof.mod.uk/aofcontent/tactical/toolkit/index.htm) provides further information about the new single source legal framework. As more detailed information becomes available (including any contract reporting templates and new Contract Conditions) these will be made available to the Tenderer. Specification Concessions Tenderers are requested to note that any deviation/production permit/waiver/concession authorised against previous contract(s) for the items detailed in the schedule of requirements will not apply against any Contract resulting from this invitation to tender. Page 9 of 17 DEFFORM 47ST Edn 06/14 (Interim) DEFFORM 47SC (Edn 06/02) - Sub-contracts in the Supply Chain The tenderer shall complete details of all subcontracts in the supply chain using DEFFORM 47SC below as part of his tender response. The tenderer shall supply details of each sub-contractor company name, the location of sub-contract work, and estimated value of sub-contract (£1M and over). Ministry of Defence SUB-CONTRACTS IN THE SUPPLY NETWORK Contract No: SSP/00099 Company Name of Sub-contractor Acquisition Team Title: STSP Location of Sub-contractor Page 10 of 17 Goods, Services or Works to be procured under Sub-contract Estimated Value DEFFORM 47ST Edn 06/14 (Interim) Section D – Details of Price Breakdown This section details the information required for the Authority to complete its Value For Money (VFM) Assessment. Your Offer Must detail the following: Hours / Days The number of hours / days it takes to complete the requirement. Hourly / Day Rates The rate used. Where available these should be agreed CAAS (Cost Assurance and Analysis Services) rates. Materials The cost of any raw materials. Please provide a copy of the invoice with your Tender. Subcontractor Costs The cost of bought in facilities, services and / or parts. Please provide a copy of the invoice with your Tender You are encouraged run competition within the supply chain. Overheads State the overheads used, detail any specifics rate(s) used. Where you have an agreed QMAC (Questionnaire on the Method and Allocation of Costs) you must quote the reference. Where you do not have an agreed QMAC please include a list of what is included in the overhead rate(s). Provide a sub-total that the overhead will apply to. Profit Rate State the Profit Rate used. Profit should not be applied to Risk contingencies and / or Travel and Subsistence. Risk State whether you have included any contingency for risks. T&S When including Travel and Subsistence you must include details of the assumptions you have made about travel and the rates used. Claims for T&S should be in line with the Civil Service Code which states civil servants must ensure: “public money and other resources are used efficiently” e.g. travel should be the most economic option available etc. Assumptions State any assumptions made about your proposal, such as the process, when decisions will be made etc. Exclusions State anything that is specifically excluded from your proposal. The Authority uses NAPNOC. We will not enter into any contract that is unacceptably priced. Details can be found on https://www.aof.mod.uk/aofcontent/tactical/toolkit/index.htm Mandatory Criteria: Returns completed in DEFFORM 47ST Annex A (Offer) Pass / Fail Draft Quality Plan has been provided Pass / Fail Sample (or confirmation plate manufacture is unchanged from DC1A/1070) provided. Pass / Fail Completed the Defform 47SC in accordance with instructions on preparing tenders? Pass / Fail Price Breakdown supplied in accordance with Section D above: Pass / Fail Page 11 of 17 DEFFORM 47ST Edn 06/14 (Interim) Tenderer has completed the Tenderers Commercially Sensitive Information Form? Pass / Fail Total delivered price on the Schedule of Requirements matches the Price entered on the Deform 47 Annex A (offer)? Pass / Fail Tenderer confirmed understanding of and compliance with all aspects of the Statement of Work Pass / Fail All deliverables tendered for Pass / Fail Failure to meet the Mandatory Criteria will result in the Authority being unable to award a contract. Value for Money Assessment: NAPNOC assessment Creditworthyness assessment (if required) Section E – Instructions on Submitting your Tender Submission of your Tender E1. You must send your Tender to the Commercial Officer stated in the covering letter to this DEFFORM 47ST. E2. You must provide 1 priced hard (paper) copy, 1 unpriced hard copy and 1 priced electronic copy (on CD) of your Tender. E3. You must complete and include DEFFORM 47ST Annex A (Offer) (excluding Appendix 1) with your Tender. Where you select ‘Yes’ to any questions you must attach the relevant information. E4. You must include the original signed DEFFORM 47ST Annex A (Offer) with one paper copy of your Tender. E5. You must submit your paper and CD copies in a sealed envelope or box. For health and safety reasons, no individual envelope or box should weigh more than 11 kilos. E6. If you intend to hand deliver your Tender you must inform the named Commercial Officer of your intention and seek further delivery instructions. Failure to do so may result in your Tender being refused and / or returned. Samples E7. Where samples are required for testing purposes you must be prepared to submit them without charge. You should clearly label samples with the following particulars: a. your name and address; b. the Tender Reference Number and due date for return of the Tender; and c. the Description and Item Number as shown in the Schedule of Requirements. E8. The Authority may retain all samples for twelve (12) months from the Tender return date. After this period, the Authority will destroy the samples unless you specifically state you require them to be returned. The samples associated with a successful Tender may be kept by the Authority indefinitely. E9. Samples that are consumed will not be returned. Page 12 of 17 DEFFORM 47ST Edn 06/14 (Interim) Section F – Conditions of Tendering F1. The issue of ITT Documentation is not a commitment by the Authority to place an order as a result of this ITT or at a later stage. Any expenditure, work or effort undertaken prior to an offer of contract and acceptance thereof, is a matter solely for the commercial judgement. The Authority reserves the right to: a. seek clarification or additional documents in respect of your submission; b. not enter into a contract if you are found guilty of serious misrepresentation in relation to its Tender or the Tender process; c. re-assess your suitability. For example, where there is a material change of control from supplier selection; d. reject / negotiate your Tender or part of your Tender; e. withdraw this ITT at any time, or to invite other Tenders on the same or any alternative basis; f. choose not to award any contract as a result of the current procurement process; g. award a contract for some of the Contractor Deliverables, unless you specifically oppose this in your Tender or state any minimum order quantities. F2. The contract will be entered into when the Authority sends written notification of its entry into the contract. Written notification will be issued, to the address you provide, on or before the expiration of the period specified in paragraph C4. Conforming to the Law F3. You must comply with the UK Bribery Act 2010, applicable EU and UK legislation and any equivalent legislation in a third state. F4. Your attention is drawn in particular to legislation relating to canvassing of a public official, collusive behaviour and bribery. If you act in breach of this legislation your Tender may be disqualified from this procurement. Disqualification will be without prejudice to any civil remedy available to the Authority or any criminal liability that your conduct may attract. Fraud and Other Illegal Practices F5. You must report any, fraud, bribery, corruption, or any other dishonest irregularity in connection to this tendering exercise to: Defence Regulatory Reporting Cell Hotline 0800 161 3665 (UK) or +44 1371 85 4881 (Overseas) Conflicts of Interest F6. You must notify the Authority immediately of any new Conflicts of Interest (COI) that have arisen or that arise at any point prior to the contract award decision. F7. Where there is an existing or potential Conflict Of Interest (COI) you must include a proposed Compliance Regime in your Tender. As a minimum this must include: a. manner of operation and management; b. roles and responsibilities; c. standards for integrity and fair dealing; d. levels of access to and protection of competitors sensitive information and Government Furnished Information; e. confidentiality / non-disclosure agreements (e.g. DEFFORM 702); f. the Authority’s rights of audit; and g. physical and managerial separation. Page 13 of 17 DEFFORM 47ST Edn 06/14 (Interim) Should your Tender be accepted your proposed Compliance Regime will become part of the Contract Conditions and shall be legally binding. Government Furnished Assets F8. Where the Authority provides Government Furnished Assets (GFA) in support of this procurement, you must include details of the GFA in your Public Store Account and treat it in accordance with Def Stan 05-99. If the Authority decides not to proceed with this procurement, you must seek disposal instructions for that GFA from the named Commercial Officer. Publicity Announcement F9. The Authority will publish notification of the contract and may publish contract documents under the FOI Act except where publishing such information would hinder law enforcement; would otherwise be contrary to the public interest; would prejudice the legitimate commercial interest of any person, or might prejudice fair competition in the supply chain. You should complete and return DEFFORM 539A as explained in the DEFFORM 47ST and associated Appendix 1. F10. If you wish to make a similar announcement you must seek approval from the named Commercial Officer. F11. Under no circumstances should you confirm to any Third Party the Authority’s acceptance of an offer of contract prior to either informing the Authority of your acceptance or the Authority’s announcement of the award of contract, whichever occurs first. Remedies for Breach of Contract F12. You should be aware of the contractual remedies set out in the Conditions of the contract which may apply in the event of a breach of contract by the Contractor. Damages for breach of contract are not limited under the contract. However, you should also note that in exercising its rights and remedies under the contract the Authority must act in a reasonable and proportionate manner having regard to the nature and consequences of the breach of contract. If you are unsure about the potential liability under the contract, you should seek advice as appropriate. Reportable Requirements F13. Listed in the DEFFORM 47ST Annex A (Offer) are the Mandatory Declarations. It is a condition of tendering that you complete and attach the returns listed in the Annex and, where you select “Yes”, you attach the relevant information. F14. This is not a test of your answer but failure to complete this part of the Annex makes your Tender non-compliant. Conditions of Tendering Specific to this Requirement Sustainable Development F15. The Authority is very committed to achieving sustainable development goals through educating the supply chain, developing performance measures and sharing best practice. This is not a condition to working with the Authority now or in the future, nor part of the contract. It is however a commitment on our part to encourage and support sustainable development and we are committed to working with you to this end. The Authority very much hopes that you share this commitment and we will discuss sustainable development further with the successful Tenderer during the performance of any resultant contract. Joint Statement on Access to Skills, Trade Unions and Advice in Government Contracting F16. The Government is committed to improving the quality of services delivered under our contracts and improving the skills of those working on these. This is an ideal shared by the CBI and TUC and the Authority encourages all Tenderers to demonstrate their commitment to improving the skills of their workforce. This can be done by signing up to the Sustainable Workforce Pledge. This is not a condition of working with the Authority now or in the future, nor part of the contract. It is however a commitment on your part to actively encourage and support your Page 14 of 17 DEFFORM 47ST Edn 06/14 (Interim) staff to gain skills and we are committed to working with you to this end. The Authority very much hopes you will want to show your commitment in this way; we will discuss skills improvement further with the successful Tenderer during the performance of any resultant contract. F17. Further information about apprenticeships including a full list of available frameworks can be found at: http://www.apprenticeships.org.uk F18. Further information on the Sustainable Workforce Pledge is available via the ProSkills website: http://www.proskills.co.uk/compact/pledge.php Pre-Contract Award Evaluation F19. Following the receipt of the Tenderer’s offer, the Authority reserves the right to conduct a Pre-Contract Award Evaluation (PCAE) at the Tenderer’s premises and at his sub-contractor’s premises prior to Contract Award. F20. If conducted the PCAE will involve a PCAE team visiting the premises where the work is to be carried out and investigate matters such as: a. capacity, capabilities, experience and training of staff in relation to the proposed contract; b. the quality control system and Quality Assurance (QA) documentation; c. the proposed organisation and operating methods; what work may be dealt with in-house and what may be subcontracted; and how (in relation to subcontract work in particular) this will be managed, controlled and validated; d. the risks that have been identified by the tenderers and the actions proposed to minimise them; and e. the risks to other MOD work being undertaken by the tenderer if his tender is accepted. E-Purchasing F21. During the period of the contract, the Authority may wish to move to electronic purchasing. The Tenderer will be requested to sign and return an Electronic Transaction Agreement, (DEFFORM 30 Edn 10/13) unless such an agreement has already been entered into with the Authority. Tenderers who have previously entered into an agreement on the basis of DEFFORM 30 Edn 01/07 or earlier will be requested to enter into a new agreement DEFFORM 30 Edn 10/13. The agreement should be signed at Company or Company Group level. F22. The Tenderers attention is drawn to www.d2btrade.com which includes details on the Defence Electronic Commerce Service (DECS) F23. If, during the period of the Contract, the Authority wishes to move to electronic purchasing, Authority will notify the Contractor that the Contract is amended as follows: a. Any references to DEFCON 5 – MOD 640 – Advice and Inspection Notes shall be replaced with DEFCON 5J – Unique Order Identifiers (clause 2 does not apply to Services). b. If no reference is made to DEFCON 5, then DEFCON 5J shall be added to the Contract Terms and Conditions (Clause 2 does not apply to services). c. The Authority and the Contractor shall comply with the Electronic Transactions Agreement comprised in the completed DEFFORM 30, reference XXXXXX dated DD MMM YY. The sending by the Contractor of an “Acknowledgement of Receipt” Message is to be regarded as acceptance of the Purchase Order Message to which it refers, unless the Purchase Order Message itself constitutes acceptance in accordance with the terms and conditions of the Contract. d. DEFCON 129J – the use of the Purchase to Payment (P2P) Delivery Label/Form, shall be added to the Contract. e. DEFFCON 129 – Packaging. All references to “serial Number(s) of the relevant Advice and Inspection Notes (i.e. MoD Form 640 serial numbers)” should read as “Unique Order Identifiers(s)”. The Unique Order Identifier is to be included on all packages; and if specified, a “Delivery Label” is to be applied to the outer box/case in accordance with DEFCON 129J. f. DEFCON 522 – Payment is replaced by DEFCON 522J – Payment under P2P. Page 15 of 17 DEFFORM 47ST Edn 06/14 (Interim) g. Messages under DEFFORM 30 received by the contractor shall be regarded as having been authorised by the Authority. h. Releases/orders against items 2 – 11 of the Schedule of Requirements shall be allocated unique Order Identifiers when these are produced by the P2P system. Deliverable Quality Plan F24. A Deliverable Quality Plan is required as part of this contract. A Draft Deliverable Quality Plan shall be provided at tender stage, with the confirmed document being provided one month after Contract let date. Supply of Samples F25. Further to paragraphs E7-E9 above, tender samples are only required if there is any change in the manufacturing process from that undertaken on previous Contract DC1A/1070. F26. If there is any change in the manufacture, then 3 samples of the proposed submission and supporting documents, showing that the submission fully complies with design and minimum performance requirements of the specification, including evidence of successful proof testing (50 consecutive tests against each of the threats specified in UK/SC6535) from an accredited BS EN ISO 17025 laboratory) shall be forwarded to DES LE STSP-DCC-Comrcl2c, Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH, by no later than 14/01/2015 for evaluation. All submissions should be clearly labeled with the Tender Number and Item Designation and marked for the attention of the Tender Evaluation Team. F26. These samples will be retained by the Authority for reference purposes. Page 16 of 17 DEFFORM 47ST Edn 06/14 (Interim) This page is intentionally blank Page 17 of 17 DEFFORM 47ST Edn 06/14 (Interim) Annex A Ministry of Defence Tender Ref No. ...SSP/00099.............. Tender Submission Document To the Secretary of State for Defence of the United Kingdom of Great Britain and Northern Ireland (hereafter called “the Authority”) The undersigned Tenderer, having read the ITT Documentation, offers to supply the Contractor Deliverables at the stated price(s), in accordance with any referenced drawings and / or specifications, subject to the Conditions of Tendering. It is agreed that only the Contract Conditions or any amendments issued by the Authority will apply. Applicable Law I agree that any contract resulting from this procurement shall be subject to English Law Yes / No* *Where ‘no’ applies, Scots Law will apply. Value of Tender (excluding VAT) £............................................................................................................................................................................................... WORDS………………………………………………………………………………………………………………….. UK Value Added Tax If registered for Value Added Tax purposes, please insert: a. Registration No .......................................... b. Total amount of Value Added Tax payable on this Tender (at current rate(s)) £........................... Location of work (town / city) where the contract will be performed by Prime: Where items which are subject of your Tender are not supplied or provided by you, state location in town / city to be performed column Tier 1 Subcontractor Company Name Town / city to be performed Contractor Deliverables Estimated Value SME Yes / No Mandatory Declarations (further details are contained in Appendix 1 to DEFFORM 47ST ST Annex A (Offer)): Tenderer’s Declaration Is the offer made subject to a Minimum Order Quantity? Yes* / No Are the Contractor Deliverables subject to Registered, Designs or Patents? Yes* / No Are the Contractor Deliverables subject to Foreign Export Control and Security Restrictions? Are the Contractor Deliverables subject to Overseas Expenditure? Yes* / No Have you complied with all regulations relating to the operation of the collection of custom import duties? Have you completed Form 1686 for overseas subcontracts? Yes / No Have you and your subcontractors registered with the Prompt Payment Code with regards to SMEs? Have you completed and attached DEFFORM 539A (Tenderer’s Commercially Sensitive Information Form) ? Yes / No Have you submitted a Statement Relating to Good Standing? Yes / No Do the Contractor Deliverables contain Asbestos, as defined by the control of Asbestos Regulations 2012? Yes* / No Page A-1 of 2 Yes* / No Yes / No Yes / No DEFFORM 47ST Edn 06/14 (Interim) Do the Contractor Deliverables contain hazardous items, materials or substances? Yes* / No Do the Contractor Deliverables (including Packaging) use Substances that deplete the Ozone Layer, as defined in Regulation (EC) No 2037/2000 of the European Parliament and of the Council of 29 June 2000? http://ozone.unep.org/new_site/en/montreal_protocol.php] Are you able to support the objectives of Reservist and other supplier support to the Armed Forces? Have you attached The Bank / Parent Company Guarantee? Yes* / No Yes* / No Not Required Have you complied with the requirements of the Military Aviation Authority Not Required Regulatory Articles? *If selecting Yes to any of the above questions, please attach the information detailed in Appendix 1. Tenderer’s Declaration We understand that any misrepresentations may also be the subject of criminal investigation or used as the basis for civil action. Dated this ................................. day of ......................................................................................................... Year ........................ Signature: In the capacity of (Must be original) ....................................................................................................... (State official position e.g. Director, Manager, Secretary etc.) Name: (in BLOCK CAPITALS) Postal Address: duly authorised to sign this Tender for and on behalf of: Telephone No: Registered Company Number: (Tenderer's Name) Page A-2 of 2 DEFFORM 47ST Edn 06/14 (Interim) Appendix 1 to DEFFORM 47ST Annex A Information on Mandatory Declaration Returns Part Tender 1. Under Conditions of Tendering F1, the Authority reserves the right to order some or part of your Tender. If your offer is subject to the Authority contracting for all the Contractor Deliverables, select ‘Yes’ and provide further details in your Tender. Minimum Order Quantities 2. Where your offer is subject to minimum order quantities, select ‘Yes’ and provide further details in your Tender. Notification of Inventions etc. 3. Where the Contractor Deliverables are subject to any Registered Intellectual Property Rights, select ‘Yes’. 4. You must clearly state in your Tender any Contractor Deliverable to be produced under any resultant Contract that is, or is likely to be, the subject of a Patent, a Registered Design right or an application for either, or an unregistered design right, owned by either yourself or a Third Party. This includes anything of this nature affecting the performance of any resultant Contract or subsequent use of any Contractor Deliverable by the Authority. You must specifically draw attention to: a. any patent or registered design (or application for either) or unregistered design right you own or control which is or appears to be relevant to the Contractor Deliverables, the use of which by or on behalf of the Authority may give rise to a claim under Sections 55 or 56 of the Patents Act 1977, or Section 12 of the Registered Designs Act 1949, or Section 240 of the Copyright, Designs and Patents Act 1988; b. any allegation made against you, whether by claim or otherwise, of an infringement of an intellectual property right (whether a patent, registered design, unregistered design right, copyright or otherwise) or of a breach of confidence, which relates to the performance of any resultant Contract or subsequent use by or for the Authority of any Contractor Deliverables; c. the nature of any allegation referred to under sub-paragraph 4.b., including any obligation to make payments in respect of the intellectual property right any confidential information and / or; d. any action you need to take or the Authority is required to take to deal with the consequences of any allegation referred to under sub-paragraph 4.b. 5. You must, when requested, give the Authority details of every restriction and obligation referred to in paragraph 4. You must also provide, on request, any information required for authorisation to be given under Section 2 of the Defence Contracts Act 1958. 6. If you have previously provided information under Paragraphs 4 and 5 you can provide details of the previous notification, updated as necessary to confirm their validity. Notification of Foreign Export Control Restrictions 7. In respect of any Contractor Deliverables, likely to be required for the performance of any resultant Contract, you must provide the following information in your Tender: a. Whether all or part of any Contractor Deliverables are or will be subject to: 1) a non-UK export licence, authorisation or exemption; or 2) any other related transfer control that restricts or will restrict end use, end user, re-transfer or disclosure. Page Ap-1 of 5 DEFFORM 47ST Edn 06/14 (Interim) b. If requested, a summary of every existing or expected or known licence and restriction referred to in paragraph 7.a. This includes any related obligation or restriction and the extent they place an obligation or restriction on the Authority, including: 1) the exporting nation including the export licence number, where known; 2) the Contractor Deliverables affected; 3) the nature of the restriction and obligation; 4) the authorised end use and end users; 5) any specific restrictions on access by Third Parties, or by individuals based on their nationality, to the Contractor Deliverables; and 6) any specific restrictions on re-transfer or re-export to Third Parties of the Contractor Deliverables of anything delivered or used in the performance or fulfilment of them. c) If requested, you must provide an outline of your mitigation plan to manage performance risks on any resultant Contract based on paragraph 7a. 8. You must use reasonable endeavours to obtain sufficient information from your potential supply chain to enable a full response to paragraphs 7.a and 7.b. If you are unable to obtain adequate information, you must state this in your Tender in accordance with paragraph 7a. 9. If you become aware at any time during the procurement that all or part of any proposed Contractor Deliverable is likely to become subject to a non-UK Government Control through a Government-to-Government sale only, you must inform the Authority immediately. 10. If you have previously provided information under Paragraph 7 you can provide details of the previous notification and confirm the validity. 11. This does not include any Intellectual Property specific restrictions mentioned in paragraph 7. 12. It is the Winning Tenderer(s) responsibility to ensure they comply with any restrictions stated in paragraph 7, during the life of the contract. This includes any restrictions the Authority has explicitly stated / clarified in any ITT documentation. 13. You must notify the named Commercial Officer immediately if you are unable for whatever reason to abide by any restriction of the type referred to in paragraph 7. Overseas Expenditure 14. You must provide details in your Tender of any expenditure outside the UK, including: a. country in which subcontract is placed / to be placed; b. name, division and full postal address of subcontractor; c. value of subcontract; and d. date subcontract placed / to be placed. 15. Should you propose the supply of Articles of US origin the export of which from the USA are subject to control under the US International Traffic in Arms Regulations (ITAR), you must include details in this section. This will allow the Authority to make a decision whether the export can or cannot be made under the auspices of the US-UK Defence Trade Co-operation Treaty. The Authority shall then convey its decision to you. If the Authority decides that use of the Treaty for the export is permissible, it is your responsibility to make a final decision whether you want to use that route for the export concerned if it is awarded the Contract. Import Duty 16. Council Regulation (EC) No 150/2003 suspends Custom duties on a range of military weapons and equipment. For the purposes of this procurement for any Contractor Deliverables eligible for suspension of import duties and not yet imported into the European Union, you are to provide prices excluding and including Import Duty. Page Ap-2 of 5 DEFFORM 47ST Edn 06/14 (Interim) 17. Where the Contractor Deliverables are exempt under Council Regulation (EC) No. 150/2003, the Authority will issue a certificate for those Contractor Deliverables eligible for suspension of import duties. 18. You should note that it is your responsibility to ensure compliance with all regulations relating to the operation of the collection of import duties. This includes but is not limited to obtaining Her Majesties Revenue and Customs (HMRC) end use relief authorisation. Overseas Subcontracts Form 1686 19. Form 1686 (also known as Appendix 5) is to be used in all circumstances where contractors wish to place a subcontract with a contractor overseas where the release of either Reportable OFFICIAL or OFFICIAL-SENSITIVE information is involved. The process will require submission of the single page document either directly to the MOD Project Team or, where specified, to the DE&S Security Advice Centre. You can find further information in the Security Policy Framework – Contractual Process chapter. Small and Medium Enterprises 20. The Authority is committed to supporting the Government’s small and medium-sized enterprise (SME) initiative; its aspiration is that 25% of spend, direct and through the supply chain, should go to SMEs by 2015. The MOD uses the EU definition of an SME. 21. A key aspect of the Government’s SME Policy is ensuring that its suppliers throughout the supply chain are paid promptly. All suppliers to the Authority and their subcontractors are encouraged to make their own commitment and register with the Prompt Payment Code at: http://www.promptpaymentcode.org.uk. 22. Suppliers are also encouraged to work with the Authority to support the wider SME initiative. The link below to the Cabinet Office website provides information on the Government’s Crown Representative for SMEs, a link to the definition of an SME and details on the SME initiative. https://www.gov.uk/government/policies/buying-and-managing-government-goods-and-servicesmore-efficiently-and-effectively/supporting-pages/making-sure-government-gets-full-value-fromsmall-and-medium-sized-enterprises. 23. The opportunity also exists for Tenderers to advertise any subcontract valued at over £10,000 in the MOD Contracts Bulletin and further details can be obtained directly from: BiP Solutions Ltd Web address: www.contracts.mod.uk Tel No: 0845 270 7099 Transparency, Freedom of Information and Environmental Information Regulations 24. You should be aware that the contents of any resultant Contract may be published in line with government policy set out in the Prime Minister’s letter of May 2010 (https://www.gov.uk/government/policies/improving-the-transparency-and-accountability-ofgovernment-and-its-services) and the information contained within DEFCON 539. 25. Before publishing the Contract, the Authority will redact any information which is exempt from disclosure under the Freedom of Information Act 2000 (“ the FOIA”) or the Environmental Information Regulations 2002 (“the EIR”). 26. You should complete the attached Tenderer’s Commercially Sensitive Information Form (DEFFORM 539A), explaining which parts of your Tender you consider are commercially sensitive. This includes providing a named individual who may be contacted with regard to FOIA and EIR. 27. You should note that, while your views will be taken into consideration, the ultimate decision whether to publish or disclose information lies with the Authority. You are advised to provide as much detail as possible on the form. It is highly unlikely that a Tender will be exempt from disclosure in its entirety. Should the Authority decide to publish or disclose information against your wishes, you will be given prior notification. Page Ap-3 of 5 DEFFORM 47ST Edn 06/14 (Interim) Electronic Purchasing 28. Tenderers must note that willingness to use the Authority’s Purchase to Payment (P2P) system is a mandatory requirement for this Contract. You can view information on the P2P system and the methods to connect at www.d2btrade.com. Please feel free to consult the service provider on connectivity options. If P2P is implemented, the Winning Tenderer will be required to sign DEFFORM 30 (Electronic Transaction Agreements) at a corporate level - if you have not done so before - and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P). Statement Relating to Good Standing 29. Please attach a statement relating to good standing and provide further details (if applicable) in your Tender. Asbestos, Hazardous Items and Depletion of the Ozone Layer 30. The Authority is required to report any items that use asbestos, that are hazardous or where there is an impact on the Ozone. Where any Contractor Deliverables fall into one of these categories select ‘Yes’ and provide further details in your Tender. Reservist and other Supplier Support to the Armed Forces 31. The 2010 Strategic Defence and Security Review set out what our Armed Forces will look like and outlined the role of the Reserve Forces within that Future Force. Reserves will have a greater role, providing both a larger proportion of the force and also Defence capabilities in certain specialist areas that are not practical or cost effective to maintain full time. 32. The MOD wishes to have a more sustained and enduring relationship with suppliers, on Reservist and other military personnel objectives, based on mutual benefit. The personnel objectives include: a. b. c. d. e. f. Employment of service leavers Employment of wounded, injured or sick veterans Employment of the partners of service personnel Helping local cadet units Support to Reservist employees Encouragement of Reserve service 33. Of particular interest to Defence is the need to have more Reservists employed by reserves supportive employers as described in Chapter 4 of the White Paper, ‘Reserves in the Future Force 2020; Valuable and Valued’ available at: https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/210470/Cm8655web_FINAL.pdf 34. The Authority therefore encourages all Tenderers, and their suppliers, to: a. b. consider whether they are able to support these objectives; and, if they are sign the Corporate Covenant, declaring their support for the Armed Forces community. 35. Guidance on the various ways you can demonstrate your support through the Corporate Covenant is at: The corporate covenant - Detailed guidance - GOV.UK. 36. Specific guidance on how you can support the Reserve Forces, what your support means in practice, and what the potential benefits are for you can be found at: www.sabre.mod.uk. 37. Please provide a point of contact for your company on this issue to the Armed Forces Covenant Team at the address below, so that the MOD can alert you to any events or initiatives in which you may wish to participate. The Covenant Team can also provide any information you require in addition to that included in the websites. Email address: Address: [email protected] Armed Forces Covenant Team Zone D, 6th Floor, Ministry of Defence, Main Building, Whitehall, London, SW1A 2HB Page Ap-4 of 5 DEFFORM 47ST Edn 06/14 (Interim) 38. Where you decide to contribute to meeting the personnel objectives above, you should also report the outcomes of such contributions to the above address so they can be recorded and acknowledged. 39. Paragraphs 31- 38 above are not a condition of working with the Authority now or in the future, nor will this issue form any part of the VFM Assessment, contract award procedure or any resulting Contract. However, the Authority very much hopes you will want to provide your support and we are committed to working with you to this end. Military Aviation Authority (MAA) 40. There are no Military Aviation Authority (MAA) Requirements. Bank or Parent Company Guarantee 41. A Bank or Parent Company Guarantee is not required. Page Ap-5 of 5 1. SCHEDULE OF REQUIREMENTS MINISTRY OF DEFENCE Name and Address of Tenderer Tender No Schedule of Requirements for NP AEROSPACE LTD T/A MORGAN ADVANCED MATERIALS 473 Foleshill Road Coventry CV6 5AQ Issued With DEFFORM 47 Sustainment of Body Armour Plates SSP/00099 BI = D&E Site, LCS Bicester, Oxon, OX26 3LD On Previous Contract No 26 Nov 2014 Requirements Item Number Reference Description 1 8470-99-2692265 2 8470-99-2692266 3 8470-99-2692265 4 8470-99-2692266 Refurbish Osprey Body Armour Front Plate within Yr 1 in accordance with Statement of Work. Refurbish Osprey Body Armour Rear Plate within Yr 1 in accordance with Statement of Work. Supply Osprey Body Armour Front Plate, as required by the authority to replace damaged Front Plates up to the quantity detailed in accordance with the Statement of Work within Yr 1. Supply Osprey Body Armour Rear Plate, as required by the authority to replace damaged Rear Plates up to the quantity detailed in accordance with Statement of Work within Yr 1. Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier BI 3500 Each 08 Yr1 shall run from the Contract Award date until 31/03/2016 BI 3500 Each 08 BI 350 Each 08 BI 350 Each 08 Unit Price (£) Price All £ (ex-VAT) Item Number Reference Description 5 8470-99-2692265 6 8470-99-2692266 7 8470-99-2692265 8 8470-99-2692266 Refurbish Osprey Body Armour Front Plate in FY 16/17 in accordance with Statement of Work. Refurbish Osprey Body Armour Rear Plate in FY 16/17 in accordance with Statement of Work. Supply Osprey Body Armour Front Plate, in accordance with the Statement of Work in FY 16/17. Supply Osprey Body Armour Rear Plate, in accordance with the Statement of Work in FY 16/17. Item Number Reference Description 9 8470-99-2692265 10 8470-99-2692266 11 8470-99-2692265 12 8470-99-2692266 Refurbish Osprey Body Armour Front Plate in FY 17/18 in accordance with Statement of Work. Refurbish Osprey Body Armour Rear Plate in FY 17/18 in accordance with Statement of Work. Supply Osprey Body Armour Front Plate, in accordance with the Statement of Work in FY 17/18. Supply Osprey Body Armour Rear Plate, in accordance with the Statement of Work in FY 17/18. Delivery Schedule (Wks from date of order, and rate per week) Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier BI 3500 Each 08 FY 16/17 shall run from 01/04/2016 until 31/03/2017 BI 3500 Each 08 BI 350 Each 08 BI 350 Each 08 Deliver To Est Quantity UOM Packaging Code Notes to Supplier BI 3500 Each 08 FY 17/18 shall run from 01/04/2017 until 31/03/2018 BI 3500 Each 08 BI 350 Each 08 BI 350 Each 08 Unit Price (£) Price All £ (ex-VAT) Unit Price (£) Price All £ (ex-VAT) Item Number Reference Description 13 8470-99-2692265 14 8470-99-2692266 15 8470-99-2692265 16 8470-99-2692266 Refurbish Osprey Body Armour Front Plate in FY 18/19 in accordance with Statement of Work. Refurbish Osprey Body Armour Rear Plate in FY 18/19 in accordance with Statement of Work. Supply Osprey Body Armour Front Plate, in accordance with the Statement of Work in FY 18/19. Supply Osprey Body Armour Rear Plate, in accordance with the Statement of Work in FY 18/19. Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier BI 3500 Each 08 FY 18/19 shall run from 01/04/2018 until 31/03/2019 BI 3500 Each 08 BI 350 Each 08 BI 350 Each 08 Unit Price (£) Price All £ (ex-VAT) OPTION 1 Item Number Reference Description 17 8470-99-4989273 17583-168/R 18 8470-99-4989274 18651-168/R 19 8470-99-4989273 17583-168/R 20 8470-99-4989274 18651-168/R Refurbish Paraclete Body Armour Plate in FY 14/15 in accordance with Statement of Work. Refurbish Paraclete Body Armour side Plate in FY 14/15 in accordance with Statement of Work. Supply Paraclete Body Armour Plate, in accordance with Statement of Work in FY 14/15. Supply Paraclete Body Armour side Plate, in accordance with Statement of Work in FY 14/15. Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier Unit as stated on order Unit as stated on order Unit as stated on order 400 Each 08 FY 14/15 shal run from Contract award until 31/03/2015 400 Each 08 40 Each 08 Unit as stated on order 40 Each 08 Deliver To Est Quantity UOM Packaging Code Notes to Supplier Unit as stated on order Unit as stated on order Unit as stated on order 800 Each 08 FY 15/16 shall run from 01/04/2015 until 31/03/2016 800 Each 08 80 Each 08 Unit as stated on order 80 Each 08 Unit Price (£) Price All £ (ex-VAT) Unit Price (£) Price All £ (ex-VAT) OPTION 2 Item Number Reference Description 21 8470-99-4989273 17583-168/R 22 8470-99-4989274 18651-168/R 23 8470-99-4989273 17583-168/R 24 8470-99-4989274 18651-168/R Refurbish Paraclete Body Armour Plate in FY 15/16 in accordance with Statement of Work. Refurbish Paraclete Body Armour side Plate in FY 15/16 in accordance with Statement of Work. Supply Paraclete Body Armour Plate, in accordance with Statement of Work in FY 15/16. Supply Paraclete Body Armour side Plate, in accordance with Statement of Work in FY 15/16. Delivery Schedule (Wks from date of order, and rate per week) OPTION 3 Item Number Reference Description 25 8470-99-4989273 17583-168/R 26 8470-99-4989274 18651-168/R 27 8470-99-4989273 17583-168/R 28 8470-99-4989274 18651-168/R Refurbish Paraclete Body Armour Plate in FY 16/17 in accordance with Statement of Work. Refurbish Paraclete Body Armour side Plate in FY 16/17 in accordance with Statement of Work. Supply Paraclete Body Armour Plate, in accordance with Statement of Work in FY 16/17. Supply Paraclete Body Armour side Plate, in accordance with Statement of Work in FY 16/17. Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier Unit as stated on order Unit as stated on order Unit as stated on order 800 Each 08 FY 16/17 shall run from 01/04/2016 until 31/03/2017 800 Each 08 80 Each 08 Unit as stated on order 80 Each 08 Deliver To Est Quantity UOM Packaging Code Notes to Supplier Unit as stated on order Unit as stated on order Unit as stated on order 800 Each 08 FY 17/18 shall run from 01/04/2017 until 31/03/2018 800 Each 08 80 Each 08 Unit as stated on order 80 Each 08 Unit Price (£) Price All £ (ex-VAT) Unit Price (£) Price All £ (ex-VAT) OPTION 4 Item Number Reference Description 29 8470-99-4989273 17583-168/R 30 8470-99-4989274 18651-168/R 31 8470-99-4989273 17583-168/R 32 8470-99-4989274 18651-168/R Refurbish Paraclete Body Armour Plate in FY 17/18 in accordance with Statement of Work. Refurbish Paraclete Body Armour side Plate in FY 17/18 in accordance with Statement of Work. Supply Paraclete Body Armour Plate, in accordance with Statement of Work in FY 17/18. Supply Paraclete Body Armour side Plate, in accordance with Statement of Work in FY 17/18. Delivery Schedule (Wks from date of order, and rate per week) OPTION 5 Item Number Reference Description 33 8470-99-4989273 17583-168/R 34 8470-99-4989274 18651-168/R 35 8470-99-4989273 17583-168/R 36 8470-99-4989274 18651-168/R Refurbish Paraclete Body Armour Plate in FY 18/19 in accordance with Statement of Work. Refurbish Paraclete Body Armour side Plate in FY 18/19 in accordance with Statement of Work. Supply Paraclete Body Armour Plate, in accordance with Statement of Work in FY 18/19. Supply Paraclete Body Armour side Plate, in accordance with Statement of Work in FY 18/19. Delivery Schedule (Wks from date of order, and rate per week) Deliver To Est Quantity UOM Packaging Code Notes to Supplier Unit as stated on order Unit as stated on order Unit as stated on order 800 Each 08 FY 18/19 shall run from 01/04/2018 until 31/03/2019 800 Each 08 80 Each 08 Unit as stated on order 80 Each 08 Unit Price (£) Price All £ (ex-VAT) STATEMENT OF WORK OSPREY AND PARACLETE ARMOUR PLATE INSPECTION AND REFURBISHMENT Refurbishment Requirements NB (1): The Authority reserves the right to inspect any BER Armour Plates discarded through the refurbishment process. 1. Requirements 1.1 On receipt of an order/warrant for returned armour plates from service, the contractor is to undertake a phased programme of refurbishment work that shall be carried out in accordance with the Procedural and Quality Assurance Requirements of Osprey and Paraclete ArmourInspection and Refurbishment and with NP Process for Refurbishment of Osprey Plates (front and rear) Process Flow P000-PF001. 2. Phase 1. Visual Inspection and Prepare Plates for X-Ray. 2.1 Carry out initial visual checks to assess plates for the most appropriate refurbishment process. Any plate that is obviously damaged that renders it beyond repair can be filtered out without the use of an x-ray and be subsequently treated as Level 4. 2.2 All other plates are to be sorted, remove covers, if initial visual check deems it necessary (Paraclete Only), inspected for cracks in preparation for x-ray. 2.3 3. All data is to be recorded against the plate’s unique reference number. Phase 2. X-Ray Plates. i. Level 1 - Plates that pass x-ray and are in good condition and requires no refurbishment to achieve A1 condition move straight to stamping1 as appropriate, and packing area. ii. Level 2 - Plates that pass x-ray that have minor defects, remedial work must be undertaken to bring the plates to A1 condition (e.g. re-use existing non-ballistic materials). iii. Level 3 - Plates that pass x-ray but with greater defect than at level 2 but are deemed economically repairable are to be repaired to achieve A1 condition (e.g. replacement of non ballistic materials). 3.1 4. Record plate as pass or fail x-ray and progress to Phase 3 or 4 as appropriate. Phase 3. Reassemble Plates. 4.1 Reassemble plates, as appropriate to the refurbishment process and affix label with all traceability required on rear of Dyneema plates. Plates having received remedial repair from Level 2 and 3 that achieve A1 condition and having been reassembled move to stamping , as appropriate, and packing area. 4.2 5. Record all data in log book and computer record. Phase 4. Destroy and Dispose of Plates. 5.1 In an instance where a plate reaches the company under the refurbishment programme and is identified as Beyond Economic Repair (BER) or deemed Damaged Beyond Repair (DBR) 1 The authority will review the stamping requirement post OP HERRICK Page 1 following visual inspection, Phase 1, or the x-ray process, Phase 2, the plates are to be quarantined and the Contractor is to submit a letter to the authority for disposal action: a) b) Osprey - [Redacted – Section 26, Defence] or Paraclete – [Redacted – Section 26, Defence] 5.2 Following the appropriate approval by the above, (detailed at Box 7 of DEFFORM 111, the Appendix to the contract), the plates are to be destroyed by compression in 100 ton press and placed back in the container for secure land fill or isolated and returned to Bicester in the case of plates not manufactured by NP Aerospace Ltd). 6. Marking 6.1 All plates that pass the x-ray criteria are to be stamped to the authorities’ requirement with an ink stamp in a defined shape to identify the operation for which the plate has been allocated or a refurbishment data table as appropriate. The supplier is to liaise with authority, (as detailed in paragraph 5.1), to confirm stamping requirements. 6.2 The manufacturer’s attention is drawn to the need for all labels to include the following detail; (i) Item Name. (ii) NATO Stock No. (iii) Contract No. (This refurbishment) 6.3 The Supplier is to ensure that all refurbished plates have a UID Label (Barcode) attached, in accordance with the training arranged by LogNEC in April 2012. 7. New Plates 7.1 All plates supplied under the contract will conform to the following: i. OSPREY New Osprey plates must protect against the threats as detailed in the Performance Requirement Document, DC/PS/6535 Annex A excluding table 4, 4.1.6 requirement i.e. No Bump Cover and tested in accordance with UK/SC/6515, Technical Testing Specification for Osprey Hard Armour Plates, manufactured to the dimensional detail as specified in drawings A0/9855 – Protective Plate, Rear, Osprey Body Armour and A0/9856 – Protective Plate, Front, Osprey Body Armour with the weight of each plate not exceeding 3.4kg. ii. PARACLETE New Paraclete plates must protect against the threats as detailed in the Performance Requirement Document, DC/PS/6535 and tested in accordance with L129 issue 1, Technical Testing Specification for Paraclete Hard Armour Plates, manufactured to the dimensional detail as specified in drawings 17583-168 and Process Flow P168-PF001. 7.2 The authorities, [Redacted – Section 26, Defence], will programme the resupply of DBR plates in accordance with the requirement whilst being cognisant of the manufacturers’ production specifications. 7.3 The specifications and test process is to be reviewed periodically to ensure currency of threat, advancement in technology and material data/development. Any significant changes to the above the authority may require subsequent proof and batch testing. Page 2 Annex A to Statement of Work QUALITY ASSURANCE REQUIREMENTS OSPREY & PARACLETE ARMOUR - INSPECTION AND REFURBISHMENT 1. Scope 1.1 This document details procedural and quality assurance requirements for the inspection and refurbishment of Osprey plates and Paraclete armour system (hereafter referred to as product, unless otherwise specified) as defined by; Osprey: DC/PS/6535 – High Velocity Armour Piercing Small Arms Protective Plates For Use With In Service Osprey Body Armour Paraclete: NP Aerospace part no: 17583-168/R - Double curved; industry standard size plate to fit into Paraclete and Blackhawk covers product range. NP Aerospace part no: 18651-168/R – Single curved plate; 140mm x 140mm to fit into the Paraclete and Blackhawk covers product range. 1.2 The Contractor must provide sufficient evidence during the tender exercise and as required by STSP / MOD, of their capacity to fulfil the refurbishment programme throughout the life of the contract in accordance with the Contract Conditions and this document. 2. Supply of Product 2.1 Quantities of product required by MOD for refurbishment shall be as advised by Warrant Order, any discrepancies between the Warrant Order and quantities delivered shall be advised to STSP / SCA1. 3. Procedure 3.1 The Contractor shall be responsible for formulating and implementing within their organisation, suitable documentation that defines and controls all aspects of the inspection and refurbishment process from receipt of product through to its return to MOD. 3.2 Above documentation shall be agreed by STSP / GQAR prior to any work being carried out. 4 Inspection and Refurbishment Process 4.1 The Contractor shall be responsible for identifying all processes required in order to meet the requirements of the contract and this document. 4.2 The inspection and refurbishment process shall ensure that all products are serviced to an “as new” condition, as defined by its relevant specification. All product identified as not meeting with requirements shall be subject to disposal action (see paragraph 7). 4.3 The inspection and refurbishment process shall ensure all products are suitable for returning to MOD A1 stock, defined as; “Serviceable, Unqualified Stocks which are fit for issue without qualification (routine or preissue checks or tests excepted)” 4.4 The Contractor shall take appropriate steps to ensure that the performance of the product is not compromised through the refurbishment process. This shall include return of product to MOD. Page 3 4.5 Due to the safety critical nature of these items, no ballistic component i.e. aramid or ceramic, shall be replaced on any product as part of the refurbishment process. 4.6 The weight of all Plates shall be recorded. 4.7 Where not the same as for the original product, materials used for re-covering product shall be approved by STSP / GQAR prior to use. 4.8 The Contractor shall operate a works / batch control system for execution of refurbishment work. Control documentation shall clearly identify all operators responsible for carrying out refurbishment work and, the stage of their involvement. 5. Non Destructive Testing (NDT) – Radiographic Inspection 5.1 As part of the refurbishment process, all Hard Armour Plates shall be subject to NDT Radiographic Inspection to establish any structural defect within the ballistic components of the plate not readily apparent through visual inspection. NDT Radiographic Inspection shall be carried out in accordance with Defence Standard 05-65 (Part 1) / Issue 2 – NON DESTRUCTIVE TESTING, PART 1: RADIOGRAPHIC INSPECTION and, shall establish plates as being free from any structural defects such as dents, cracks, corrosion, voids, chipping and not delaminating. NB: Ref: Def Stan 05-65 (Part 1) / Issue 2: (1) Attention is drawn to the use of BS M 34 – Method of preparation and use of radiographic techniques. (2) Appropriate qualification of all personnel involved in the NDT Radiographic Inspection process shall be those trained and qualified according to the requirements of a qualification scheme to BS EN ISO 473. 5.2 All aspects of the NDT Radiographic Inspection process, including the Identification and Preparation of Radiographic Technique and the identification and use of personnel with the appropriate level of qualification, particular for the activity e.g. radiographer, radiograph interpreter etc, shall be the responsibility of the Contractor and, must be agreed by MOD / STSP prior to any activity being carried out. 5.3 Any sub-contractor used to provide NDT Radiographic Inspection activities shall be agreed by MOD / STSP prior to use and shall be UKAS (or an international equivalent) accredited to BS EN ISO 17025 for performing ceramic / armour NDT Radiographic Inspection. 6. Identification 6.1 Original identification of the product shall not be compromised or lost during the inspection and refurbishment process 6.2 On successful completion of the inspection and refurbishment process, all products shall be identified with the following; (i) “1st Insp” – To indicate the product as being Inspected and refurbished. (ii) Date of Inspection. (iii) Works / Batch Order / Control number. 6.3 Product undergoing a second inspection and refurbishment shall be annotated “2nd Insp”, together with other markings described above. Any subsequent inspection and refurbishment shall be marked “3rd Insp.” etc. Subsequent identification shall not compromise any previous markings. 6.4 All identification shall be in accordance with the authority’s specification in accordance with the Statement of Work. Page 4 7. Supporting Documentation and Traceability 7.1 All products processed in accordance with this contract shall be traceable to the raw materials used in the process. All raw materials used in fulfilment of this contract shall be traceable to their manufacturer and production batch. This shall include any cleaning agents used. Certificates of Conformity shall be sought and held by the contractor for all raw materials. 7.2 Separate 640’s shall be used to distinguish between product that is to be refurbished and product that is to be disposed of. Mauve copies of the 640 shall be forwarded to the GQAR. 9. Certification The Contractor shall be responsible for providing a Certificate of Conformity (C of C), template supplied by STSP, against all products delivered and disposed of in connection with this contract. Approval for any deviation from this must be sought from STSP QA, DES LE STSPPgMO-QM1, and/or the STSP Project Manager, DES LE STSP-DCC-SURV-PM3a-Prot. 9.1 A copy of the C of C should be sent with the goods and a copy sent to the STSP Project Manager, DES LE STSP-DCC-SURV-PM3a-Prot. 9.2 The Contractor is advise that any goods received without C of C will not be deemed delivered as not ‘Fit for Purpose’ and will be quarantined until such time as the C of C is received. 9.3 10. Records 10.1 Records of all inspection and refurbishment activities shall be held in soft (electronic) and hard copy by the Contractor for the duration of the contract plus five years or in accordance with the Contractors ISO 9001 QMS Records retention procedures, whichever is greater. Records shall include each individual plate radiograph image. 10.2 Records held by the Contractor shall be readily accessible by STSP / GQAR 10.3 Records of all inspection and refurbishment activities in connection with this contract, including radiograph images, shall be forwarded to STSP / GQAR in soft (electronic) copy together with the mauve copy 640. 10.4 Details of all records to be held, file formats and retention periods shall be agreed by STSP / GQAR prior to any refurbishment work being undertaken. NOTES: (1) FAILURE TO CONFORM TO ANY OF THE ABOVE REQUIREMENTS WILL RESULT IN PRODUCT BEING REJECTED. (2) CONTRACTORS MUST REFER BACK TO STSP / GQAR FOR CLARIFICATION IF UNSURE OF ANY OF THE ABOVE OR ANY CONFLICTS EXIST BETWEEN SPECIFICATIONS, THIS ANNEX OR CONTRACT CONDITIONS. (3) ALL ACTIONS CARRIED OUT IN ACCORDANCE WITH THIS CONTRACT AND THE ABOVE SHALL BE AT THE CONTRACTORS EXPENSE. Page 5 1. GENERAL CONDITIONS DEFCON68 (Edn.04/14) - Supply of Data for Hazardous Articles, Materials and Substances DEFCON501 (Edn.08/14) - Definitions and Interpretations DEFCON503 (Edn.06/14) - Formal Amendments To Contract DEFCON515 (Edn.10/04) - Bankruptcy and Insolvency DEFCON516 (Edn.04/12) - Equality DEFCON518 (Edn.11/12) - Transfer DEFCON520 (Edn.07/11) - Corrupt Gifts and Payments of Commission DEFCON521 (Edn.04/12) - Sub-Contracting to Supported Businesses DEFCON526 (Edn.08/02) - Notices DEFCON527 (Edn.09/97) - Waiver DEFCON528 (Edn.05/12) - Overseas Expenditure, Import and Export Licences The Contractor's attention is drawn to clause 1 of DEFCON 528 requiring notification of overseas expenditure. In this connection, the Contractor shall, within one month of acceptance of the Contract, notify the Contracts Branch of details of any overseas sub-contract or order he has placed, or intends to place, in aid of the contract. Details to be provided are: Contract No; Country in which sub-contract placed/to be placed; Name, Division and full postal address of sub-contractor; Value of sub-contract as applicable to main contract; Date placed/to be placed. If no overseas orders are to be placed, the Contractor shall advise the Contracts Branch to this effect in the same timescale DEFCON528App (Edn.) - Appendix to DEFCON 528 – Overseas Expenditure, Import and Export Licences DEFCON529 (Edn.09/97) - Law (English) DEFCON530 (Edn.07/04) - Dispute Resolution (English Law) DEFCON531 (Edn.05/05) - Disclosure of Information DEFCON532A (Edn.06/10) - Protection Of Personal Data (Where Personal Data is not being processed on behalf of the Authority) DEFCON537 (Edn.06/02) - Rights of Third Parties DEFCON538 (Edn.06/02) - Severability DEFCON539 (Edn.08/13) - Transparency DEFCON566 (Edn.07/14) - Change of Control of Contractor DEFCON620 (Edn.06/14) - Contract Change Control Procedure DEFCON656 (Edn.03/06) - Break Page 1 DEFCON691 (Edn.07/14) - Timber and Wood – Derived Products Security Measures Definition 1. In this Condition: a) ‘Secret Matter’ means any matter connected with the Contract, or its performance which is designated by the Authority in the security aspects letter annexed to the Contract or otherwise in writing as "Top Secret" or "Secret", and shall include any information concerning the content of such matter and anything which contains or may reveal that matter; b) ‘Employee’ shall include any person who is an employee or director of the Contractor or who occupies the position of a director of the Contractor, by whatever title given. The Official Secrets Acts 2. The Contractor shall: a) take all reasonable steps to ensure that all Employees engaged on any work in connection with the Contract have notice that the Official Secrets Acts 1911-1989 apply to them and will continue so to apply after the completion or termination of the Contract; and b) if directed by the Authority, ensure that any Employee shall sign a statement acknowledging that, both during the term of the Contract and after its completion or termination, they are bound by the Official Secrets Acts 1911-1989 (and where applicable any other legislation). Security Measures 3. Unless they have the written authorisation of the Authority to do otherwise, neither the Contractor nor any of their Employees shall, either before or after the completion or termination of the Contract, do or permit to be done anything which they know or ought reasonably to know may result in Secret Matter being disclosed to or acquired by a person in any of the following categories: a) who is not a British citizen; b) who does not hold the appropriate authority for access to the protected matter; c) in respect of whom the Authority has notified the Contractor in writing that the Secret Matter shall not be disclosed to or acquired by that person; d) who is not an Employee of the Contractor; e) who is an Employee of the Contractor and has no need to know the information for the proper performance of the Contract. Page 2 4. Unless they have the written authorisation of the Authority to do otherwise, the Contractor and their Employees shall, both before and after the completion or termination of the Contract, take all reasonable steps to ensure that: a) no photograph of, or pertaining to, any Secret Matter shall be taken and no copy of or extract from any Secret Matter shall be made except to the extent necessary for the proper performance of the Contract; b) any Secret Matter is at all times strictly safeguarded in accordance with the Security Policy Framework (as amended from time to time) and upon request is delivered up to the Authority who shall be entitled to retain it. A decision of the Authority on the question of whether the Contractor has taken or is taking reasonable steps as required by this Clause, shall be final and conclusive. 5. The Contractor shall: a. provide to the Authority: (i) upon request, such records giving particulars of those Employees who have had at any time, access to any Secret Matter that is required to be kept in accordance with Sub-clause 4.b.); (ii) upon request, such information as the Authority may from time to time require so as to be satisfied that the Contractor and their Employees are complying with their obligations under this Condition, including the measures taken or proposed by the Contractor so as to comply with their obligations and to prevent any breach of them; (iii) full particulars of any failure by the Contractor and their Employees to comply with any obligations relating to Secret Matter arising under this Condition immediately upon such failure becoming apparent; b) ensure that, for the purpose of checking the Contractor's compliance with the obligation in Sub-clause 4.b.), a representative of the Authority shall be entitled at any time to enter and inspect any premises used by the Contractor which are in any way connected with the Contract and inspect any document or thing in any such premises, which is being used or made for the purposes of the Contract. Such representative shall be entitled to all such information as they may reasonably require. 6. If at any time either before or after the completion or termination of the Contract, the Contractor or any of their Employees discovers or suspects that an unauthorised person is seeking or has sought to obtain information directly or indirectly concerning any Secret Matter, the Contractor shall forthwith inform the Authority of the matter with full particulars thereof. Subcontracts 7. If the Contractor proposes to make a sub-contract which will involve the disclosure of Secret Matter to the sub-contractor, the Contractor shall: Page 3 a. submit for approval of the Authority the name of the proposed subcontractor, a statement of the work to be carried out and any other details known to the Contractor which the Authority shall reasonably require; b. incorporate into the sub-contract the terms of the Appendix to this condition and such secrecy and security obligations as the Authority shall direct. In the appendix "Agreement" shall mean the "Sub-Contract", "First Party" shall mean the "Contractor" and "Second Party" shall mean the "Sub-Contractor"; c. inform the Authority immediately they become aware of any breach by the sub-contractor of any secrecy or security obligation and, if requested to do so by the Authority, terminate the sub-contract. Termination 8. The Authority shall be entitled to terminate the Contract immediately if: a. the Contractor is in breach of any obligation under this Condition; or b. the Contractor is in breach of any secrecy or security obligation imposed by any other contract with the Crown; where the Authority considers the circumstances of the breach jeopardise the secrecy or security of the Secret Matter. APPENDIX to Security Measures Security Measures - Provisions To Be Included In Relevant Sub-Contracts Definition 1. In this Condition:a. ‘Secret Matter’ means any matter connected with the Agreement, or its performance which the First Party informs the Second Party in writing has been designated by the Authority as "TOP SECRET" or "SECRET" and shall include any information concerning the content of such matter and anything which contains or may reveal that matter; b. ‘Employee’ shall include any person who is an employee or director of the Second Party or who occupies the position of a director of the Second Party, by whatever title given. c. The ‘Authority’ means the Secretary of State for Defence. The Official Secrets Acts 2. The Second Party shall: a. Take all reasonable steps to ensure that all Employees engaged on any work in connection with the Agreement have notice that the Official Secrets Acts 1911-1989 apply to them and will continue so to apply after the completion or termination of the Agreement; and b. If directed by the First Party or the Authority, ensure that any Employee shall sign a statement acknowledging that, both during the term of the Page 4 Agreement and after its completion or termination, they are bound by the Official Secrets Acts 1911-1989 (and where applicable any other legislation). Security Measures 3. Unless they have the written authorisation of the Authority to do otherwise, neither the Second Party nor any of their Employees shall, either before or after the completion or termination of the Agreement, do or permit to be done anything which they know or ought reasonably to know may result in Secret Matter being disclosed to or acquired by a person in any of the following categories: a. who is not a British citizen; b. who does not hold the appropriate authority for access to the protected matter; c. in respect of whom the Authority has notified the Second Party in writing that the Secret Matter shall not be disclosed to or acquired by that person; d. who is not an Employee of the Second Party; e. who is an Employee of the Second Party and has no need to know the information for the proper performance of the Agreement. 4. Unless they have the written permission of the Authority to do otherwise, the Second Party and their Employees shall, both before and after the completion or termination of the Agreement, take all reasonable steps to ensure that: a. no photograph of, or pertaining to, any Secret Matter shall be taken and no copy of or extract from any Secret Matter shall be made except to the extent necessary for the proper performance of the Agreement; b. any Secret Matter is at all times strictly safeguarded in accordance with the Security Policy Framework (as amended from time to time) and upon request is delivered up to the Authority who shall be entitled to retain it. A decision of the Authority on the question of whether the Second Party has taken or is taking reasonable steps as required by this Clause, shall be final and conclusive. 5. The Second Party shall: a. provide to the Authority: (i) upon request, such records giving particulars of those Employees who have had at any time, access to any Secret Matter that is required to be kept in accordance with Sub-clause 4.b).; (ii) upon request, such information as the Authority may from time to time require so as to be satisfied that the Second Party and their Employees are complying with their obligations under this Condition, including the measures taken or proposed by the Second Party so as to comply with their obligations and to prevent any breach of them; (iii) full particulars of any failure by the Second Party and their Employees to comply with any obligations relating to Secret Matter Page 5 arising under this Condition immediately upon such failure becoming apparent; b) ensure that, for the purpose of checking the Second Party's compliance with the obligation in Sub-clause 4.b), a representative of the First Party or the Authority shall be entitled at any time to enter and inspect any premises used by the Second Party which are in any way connected with the Agreement and inspect any document or thing in any such premises, which is being used or made for the purposes of the Agreement. Such representative shall be entitled to all such information as they may reasonably require. 6. If at any time either before or after the completion or termination of the Contract, the Second Party or any of their Employees discovers or suspects that an unauthorised person is seeking or has sought to obtain information directly or indirectly concerning any Secret Matter, the Second Party shall forthwith inform the Authority of the matter with full particulars thereof. Sub-Contracts 7. If the Second Party proposes to make a sub-contract which will involve the disclosure of Secret Matter to the sub-contractor, the Second Party shall: a. submit for approval of the Authority the name of the proposed subcontractor, a statement of the work to be carried out and any other details known to the Second Party which the Authority shall reasonably require; b. incorporate into the sub-contract the terms of this Condition and such secrecy and security obligations as the Authority shall direct. c. inform the Authority immediately they become aware of any breach by the sub-contractor of any secrecy or security obligation and, if requested to do so by the Authority, terminate the Agreement. Termination 8. The First Party shall be entitled to terminate the Agreement immediately if: a. the Second Party is in breach of any obligation under this Condition; or b. the Second Party is in breach of any secrecy or security obligation imposed by any other contract with the Crown; where the Authority considers the circumstances of the breach jeopardise the secrecy or security of the Secret Matter and notifies its contractor accordingly. Security Measures (With SAL) For the purpose of DEFCON659, the Secret Matter of the Contract is defined in the Department's letter reference SSP/00099 dated 20/11/2014. Changes in these classifications will be notified by DES LE STSP-DCC-Comrcl2c to whom enquiries about the Security Aspects Letter should be addressed. Page 6 Sustainable Procurement - Best Practice The Contractor is encouraged to bring to the attention of the Authority any measures which might promote sustainable procurement from a social, economic and environmental point of view. Sustainable Procurement - Legislative Requirements The Contractor shall take all reasonable steps to procure the observance of [the economic, social and environmental legislation] related to the subject matter or the execution of the contract by any servants, employees or agents of the Contractor and any subcontractors engaged in the performance of the Contract. If the Contractor becomes aware of any prosecution or proceedings, for criminal breaches of [the economic, social and environmental legislation] related to the subject matter or the execution of the Contract, against the Contractor, any servants, employees or agents of the Contractor and any subcontractors engaged in performance of the Contract, the Contractor shall immediately notify the Authority at the address specified in the Contract. Any convictions during the period of the Contract for criminal breaches of [the economic, social and environmental legislation] related to the subject matter or the execution of the Contract by the Contractor or any of the Contractor’s directors/partners or senior management who have powers of representation, decision or control, shall be regarded as a material breach of this Contract. 2. SPECIFICATIONS, PLANS, ETC DEFCON129 (Edn.03/14) - Packaging (For Articles other than Munitions) DEFCON502 (Edn.06/14) - Specifications Changes DEFCON602A (Edn.12/06) - Deliverable Quality Plan Unless otherwise notified, the Quality Plan shall be delivered to the Quality Focal Point within 3 months of contract award and shall be considered accepted 1 month after delivery subject to the satisfaction of the Project Manager. DEFCON608 (Edn.10/98) - Access and Facilities to be Provided by the Contractor DEFCON610B (Edn.12/02) - Enabling Contracts - Duration Period (Spares/Repair Contracts) For the purposes of DEFCON 610B, the period in which orders may be placed by the Authority shall be from the Date of Contract Award until the 31/03/2019. For the purposes of items 1-4, The first Contract year (Yr1) shall run from the date of Contract award until 31/03/2016. For all other items Financial Years (FY) shall commence on 1st April in the relevant year and conclude on the preceding day the following year. DEFCON617 (Edn.12/02) - Enabling Contracts - Estimated Quantities DEFCON624 (Edn.11/13) - Use of Asbestos Page 7 DEFCON627 (Edn.12/10) - Quality Assurance - Requirement for a Certificate of Conformity Traceability and Design Provenance is required for all items on this contract. Copies of all Certificates of Conformity (in the format set out in the CofC annex) are to be sent to the QAR specified in Box 7 of DEFFORM 111. DEFCON637 (Edn.08/99) - Defect Investigation and Liability DEFCON644 (Edn.10/98) - Marking of Articles Contractor Working Parties For the purposes of the Contract, any Contractor Working Parties shall be provided in accordance with Defence Standard 05-61 Part 4 (Issue 3) entitled “Quality Assurance Procedural Requirements – Contract Working Parties”. Deliverable Quality Plan Once the Deliverable Quality Plan has been agreed by the Authority, it shall be incorporated into the Contract. The Contractor shall be solely responsible for the accuracy, suitability and applicability of the Deliverable Quality Plan. NATO Quality Assurance Requirements (Design/Development and Production) For the purposes of the Contract, AQAP2110 Edition 3 entitled "NATO Quality Assurance Requirement for Design/Development and Production" and Defence Standard 05-61 Part 1 (Concessions) Issue 4 shall apply. Quality Assurance Representative All reference to the QAR in documents which form part of this Contract shall be read as referring to the Authority specified in Box 7 of DEFFORM 111. 3. PRICE DEFCON618 (Edn.12/02) - Standing Offer DEFCON648A (Edn.07/04) - Availability of Information DEFCON650A (Edn.07/04) - Reference to the Review Board of Questions Arising Under the Contract DEFCON651A (Edn.07/04) - Reference to the Review Board of Questions Arising in Relation to Relevant Subcontracts Including Those with a Subsidiary Company or Firm DEFCON652 (Edn.07/04) - Remedy Limitation Price - Delivered Unless otherwise stated in the Schedule of Requirements, the price shall be the price that is valid on the date that the order is issued, for the articles packaged in accordance with the terms of the Contract and delivered on the basis of Delivery Duty Paid. The Contractor shall be responsible for all costs associated with Page 8 transportation of the articles to the named destination(s) and shall bear the risk for loss or damage to the articles until such time as the Authority takes delivery. Exercise of Options The Authority reserves the right to seek competitive tenders for the option requirement(s) detailed below within the period specified for the exercise of that option. In such event, the Contractor shall not relinquish any of his obligations to supply the option requirement(s) detailed below nor shall the Authority waive any of its rights under the said condition. Option Prices The option prices detailed below are firm prices not subject to variation. In addition to the quantity detailed at Items 1-16 of the Schedule of Requirements the Contractor hereby grants to the Authority the following irrevocable options to purchase/refurbish quantities of items in accordance with the terms and conditions set out in this contract or any such subsequent contract or contracts where such options are taken up, it being agreed that the Authority has no obligation to exercise such options. (a) Option 1: Refurbishment of up to an Estimated Qty 400 Paraclete Plates and side plates (and replacement of up to an estimated 40 Paraclete plates and side plates) during FY 14/15. To be delivered in accordance with the firm prices and delivery schedule, at items 17-20 of the schedule of requirements; provided the Authority exercises such an option by no later than 31/03/2015. (b) Option 2: Refurbishment of up to an Estimated Qty 800 Paraclete Plates and side plates (and replacement of up to an estimated 80 Paraclete plates and side plates) during FY 15/16. To be delivered in accordance with the firm prices and delivery schedule, at items 21-24 of the schedule of requirements; provided the Authority exercises such an option by no later than 31/12/2015. (c) Option 3: Refurbishment of up to an Estimated Qty 800 Paraclete Plates and side plates (and replacement of up to an estimated 80 Paraclete plates and side plates) during FY 16/17. To be delivered in accordance with the firm prices and delivery schedule, at items 25-28 of the schedule of requirements; provided the Authority exercises such an option by no later than 31/12/2016. (d) Option 4: Refurbishment of up to an Estimated Qty 800 Paraclete Plates and side plates (and replacement of up to an estimated 80 Paraclete plates and side plates) during FY 17/18. To be delivered in accordance with the firm prices and delivery schedule, at items 29-32 of the schedule of requirements; provided the Authority exercises such an option by no later than 31/12/2017. (e) Option 5: Refurbishment of up to an Estimated Qty 800 Paraclete Plates and side plates (and replacement of up to an estimated 80 Paraclete plates and side plates) during FY 18/19. To be delivered in accordance with the firm prices and delivery schedule, at items 33-36 of the schedule of requirements; provided the Authority exercises such an option by no later than 31/12/2018. Page 9 The Authority may exercise any of the options in Clauses (a) to (d) above up to the stated quantities, as well as in the stated quantities and the option prices shall apply equally to the quantities so varied. The Authority shall have the right to exercise the options by the specified dates or within such further period as corresponds to the aggregate of any period(s): (a) of delay in the delivery programme whether constituting any breach of the Contract or resulting from any force majeure event within Condition 6, or (b) for the duration of which the Authority is prevented from exercising any such option by reason of any other breach of the Contract by the Contractor. 4. INTELLECTUAL PROPERTY RIGHTS DEFCON16 (Edn.10/04) - Repair and Maintenance Information DEFCON21 (Edn.10/04) - Retention of Records DEFCON632 (Edn.08/12) - Third Party Intellectual Property - Rights and Restrictions 5. LOANS DEFCON611 (Edn.07/10) - Issued Property DEFCON694 (Edn.02/12) - Accounting For Property of the Authority (Within 60 days of Contract award, the Contractor shall provide the Commercial Officer, detailed at Box 1 of the Defform111, with details of dates when quarterly reports required under clause 1.b of this condition are to be submitted to DBS Finance ADMT. The Contractor will inform the commercial officer of the actual date that each report is submitted within 1 month of each submission.) 6. DELIVERY DEFCON5 (Edn.07/99) - MOD Form 640 - Advice and Inspection Note DEFCON113 (Edn.10/04) - Diversion Orders DEFCON507 (Edn.10/98) - Delivery DEFCON524 (Edn.10/98) - Rejection DEFCON525 (Edn.10/98) - Acceptance DEFCON612 (Edn.10/98) - Loss of or Damage to the Articles DEFCON614 (Edn.09/03) - Default DEFCON621B (Edn.10/04) - Transport (if the Contractor is responsible for transport). DEFCON622 (Edn.12/02) - Repair Turn Around Times Page 10 Force Majeure 1. The Contractor shall not be in breach of this Contract, nor liable for late or nonperformance of any of its obligations under this Contract, if such delay or failure result from a “Force Majeure Event”. For the purposes of this Contract a Force Majeure Event is defined as one of the following: (a) (b) (c) (d) acts of nature; war; hostilities; fire at any of the Contractor’s premises or those of its suppliers. 2. The Contractor shall immediately notify the Authority in writing on the occurrence of a Force Majeure Event, including details of the Force Majeure Event, its effect on the Contractor’s obligations under this Contract, and the actions proposed to mitigate its effect. 3. Subject to Clause 4 below, the Contractor shall be entitled to an appropriate extension of time for performing such obligations provided always that the Contractor has used, to the satisfaction of the Authority, all reasonable endeavours, both to mitigate the effects of the Force Majeure Event, and to facilitate the continued performance of its obligations under this Contract. 4. The maximum extension of time granted under this clause shall be limited to 6 weeks after which time the Authority may, on giving written notice to the Contractor, terminate this Contract with immediate effect. Liquidated Damages (Supply) 1. It is recognised by the Parties that if the Contractor fails to deliver any of the Articles within the timescales specified in the schedule of Requirements the Authority will suffer loss and damage. 2. Accordingly, for each day’s delay (including bank holidays and weekends) the Contractor shall pay the Authority 0.5% up to a maximum of 15% as Liquidated Damages. The Parties confirm that this sum represents a genuine pre-estimate of the Authority’s loss. 3. The provisions of this Clause are without prejudice to any other rights of the Authority under the Contract, including but not limited to those under DEFCON 614 (Default). Accordingly, in the event that the Authority terminates the Contract, Liquidated Damages shall be payable under Clause 2 above until the date of such termination. 4. Unless expressly stated by the Authority in writing, the provisions of DEFCON 527 (Waiver) shall apply to the Authority’s right to recover Liquidated Damages under this Clause EC Metrication All imperial units of measurement included in the technical documentation (specifications, drawings and subsidiary specifications and standards etc.) for the Articles required under the Contract are to be converted to metric units in accordance with the requirements of BS 350. The resulting metric units are to be regarded as the Page 11 primary unit of measurement and the imperial units retained as a supplementary indication. Packaging Commercial The Articles to be supplied under the Contract shall be packaged in accordance with the Commercial Packaging standards detailed in DEFCON 129 amended/ amplified as follows; (a) All goods shall be supplied in a consignment pack (outer pack) consisting of a double wall corrugated carton. These consignment packs must be durable enough to withstand transportation and handling and arrive in 'reasonable' condition at DSDA. (b) PPQ packs, overpacks and consignment packs are to be filled to capacity to provide further protection against their collapse when palletised. Voids shall be filled with appropriate packaging materiel. (c) The maximum weight per PPQ pack, overpack or consignment pack is not to exceed 20 kg. (d) In addition to the labelling requirement within DEFCON 129, each consignment pack shall in addition carry a label detailing the following information; 1. F640 number 2. Delivery Address 3. Packer's confirmation stamp (e) Labels shall be positioned centrally on each consignment pack such that the carton can be opened for examination without damage to the labels. (f) The consignment pack that contains the consignment documentation is to be clearly marked 'Documentation Here' Palletisation All goods shall be delivered to the consignee in accordance with the Palletisation requirement detailed in the Palletisation Annex. 7. PAYMENTS/RECEIPTS DEFCON509 (Edn.09/97) - Recovery of Sums Due DEFCON513 (Edn.06/10) - Value Added Tax DEFCON522 (Edn.07/99) - Payment DEFCON523 (Edn.03/99) - Payment of Bills Using the Bankers Automated Clearing Service (BACS) System DEFCON534 (Edn.06/97) - Prompt Payment (Sub-Contracts) Page 12 Payment - MOD Form 640 For each delivery of Articles made under the Contract, the Contractor is to complete and dispatch a set of MoD Form 640 (Advice and Inspection Note). Green and Brown copies of MOD Forms 640 are to be sent to the Representative of the Authority identified on the Defform 522A attached in the Payment Annex. The Contractor shall ensure that the required price details for each item invoiced are included on the Brown copy of the MOD Form 640. When the delivery has been receipted by the consignee, the Brown “Payment” copy of the MoD Form 640 will be returned to the Contractor for use as his claim for payment. Claims for Payment are to be submitted to the invoice paying authority detailed at Box 11 of the DEFFORM 111. The Contractor shall also ensure that the Consignee details reflect the delivery address and that the Red copy of the MoD Form 640 is packed with the goods. On completion of the Contract, the Contractor shall send a copy of the final Advice and Inspection Note (MOD Form 640) to the Quality Assurance Representative detailed at Box 7 of DEFFORM 111, the Appendix to the Contract. To avoid delays in payment, MoD Forms 640 must show the Contract Number, the Management Code/s (DMC/s) as defined on the Schedule and the full NATO stock Number/MoD Stock reference Number of each item included in the consignment. Transport Arrangements Many Depots can accept delivery only between 0800-1530 hours Mondays to Fridays. The Contractor shall therefore obtain the consignee’s approval before consigning goods that will arrive outside these hours. When making deliveries to Bicester Depot the booking service must be contacted at least 48 hours before delivery on 01869 257039 to book a delivery slot. For deliveries made direct to Units, the Contractor must contact the Unit direct to arrange a delivery time that is mutually convenient. 8. CONTRACT ADMINISTRATION DEFCON604 (Edn.06/14) - Progress Reports For the purposes of the Contract, the frequency of reports shall be Monthly. DEFCON642 (Edn.06/14) - Progress Meetings For the purposes of the Contract, Progress Meetings shall be held on the first, second and third anniversary of the Contract award date, or as agreed by the Authority. DEFCON647 (Edn.09/13) - Financial Management Information Page 13 DEFFORM 111 (Edn 08/14) Appendix - Addresses and Other Information 1. Commercial Officer 8. Public Accounting Authority 1. Returns under DEFCON 694 (or SC equivalent) should be sent to DBS Finance ADMT – Assets In Industry 1, Level 4 Piccadilly Gate, Store Street, Manchester, M1 2WD 44 (0) 161 233 5397 DES LE STSP-DCC-Surv-Comrcl2c Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH Email: [email protected] 2. For all other enquiries contact DES Fin FA-AMET Policy, Level 4 Piccadilly Gate, Store Street, Manchester, M1 2WD 44 (0) 161 233 5394 2. Project Manager, Equipment Support Manager or PT Leader (from whom technical information is available) 9. Consignment Instructions The items are to be consigned as follows: DES LE STSP-DCC-Surv-PM3-Prot, Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH See Schedule of Requirement Email: [email protected] 10. Transport. The appropriate Ministry of Defence Transport Offices are: A. DSCOM, DE&S, DSCOM, MoD Abbey Wood, Cedar 3c, Mail Point 3351, BRISTOL BS34 8JH Air Freight Centre IMPORTS 030 679 81113 / 81114 Fax 0117 913 8943 EXPORTS 030 679 81113 / 81114 Fax 0117 913 8943 Surface Freight Centre IMPORTS 030 679 81129 / 81133 / 81138 Fax 0117 913 8946 EXPORTS 030 679 81129 / 81133 / 81138 Fax 0117 913 8946 3. Packaging Design Authority N/A (where no address is shown please contact the Project Team in Box 2) 4. (a) Supply/Support Management Branch or Order Manager: DES LE STSP-DCC-Surv-SCM Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH [Redacted – Section 40, Personal Information] B. JSCS JSCS Helpdesk No. 01869 256052 (select option 2, then option 3) JSCS Fax No. 01869 256837 www.freightcollection.com (b) U.I.N. D0465A 5. Drawings/Specifications are available from 11The Invoice Paying Authority (see Note 1) Ministry of Defence 0151-242-2000 DBS Finance Walker House, Exchange Flags Fax: 0151-242-2809 Liverpool, L2 3YL Website is: https://www.gov.uk/government/organisations/ministry-ofdefence/about/procurement#invoice-processing DES LE STSP-DCC-Surv-PM3-Prot Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH Email: [email protected] 6. For contracts containing DEFCON 5, mauve Copies of MOD Form 640 are to be sent to 12. Forms and Documentation are available through *: Ministry of Defence, Forms and Pubs Commodity Management PO Box 2, Building C16, C Site Lower Arncott Bicester, OX25 1LP (Tel. 01869 256197 Fax: 01869 256824) Applications via fax or email: [email protected]. DES LE STSP-DCC-Surv-SCM Elm 3c, MOD Abbey Wood, Bristol, BS34 8JH (where no address is shown the mauve copy should be destroyed) 7. Quality Assurance Representative: NOTES 1. Forms. Hard copies, including MOD Form 640 are available from address in Box 12. , All other invoicing forms e.g. AG Forms 169 and 173, are available from the website address shown at Box 11. DES LE STSP-PgMO-QM1 Elm 3b, MOD Abbey Wood, Bristol, BS34 8JH 2.* Many DEFCONs and DEFFORMs can also be obtained from the MOD Internet Website; https://www.aof.mod.uk/aofcontent/tactical/toolkit/index.htm AQAPS and DEF STANs are available from UK Defence Standardization, for access to the documents and details of the helpdesk visit http://dstan.uwh.diif.r.mil.uk/ [intranet] or https://www.dstan.mod.uk/ [extranet, registration needed]. For Official Use Only Recoverable YES Issue of Government Property YES NO X NO VAT Contractor - Country of Origin (delete those not applicable) UK X Overseas (non-EC Country) Overseas (EC Country) If EC specify country: Outside the scope Item Nos Exempt Item Nos Taxable Zero Rate Item Nos Taxable - Standard Rate Item Nos (where a contract is with an overseas contractor JSP 916 should be consulted) X Finance Branch DES LE SSP-Del-Surv-Fin RAC/ LPC No/ Project No P900651300 Requisition No 91753 Project Management/ Production branch reference Survivability Place of manufacture Coventry Place of packaging Coventry Contractor’s Tel No 024 7670 2802 DEFFORM 539A Tenderer’s Commercially Sensitive Information Form ITT Ref No: SSP/00099 Description of Tenderer’s Commercially Sensitive Information: Cross Reference(s) to location of sensitive information in Tender: Explanation of Sensitivity: Details of potential harm resulting from disclosure: Period of Confidence (if applicable): Contact Details for Transparency/Freedom of Information matters: Name: Position: Address: Telephone Number: E-mail Address: Defform 28ABW Not to be used for General Correspondence with the Ministry Affix Stamp Here DES LE STSP-DCC-Comrcl2c Defence Equipment and Support Soldier System Programmes, Survivability Elm 3c, #4335, MOD Abbey Wood, Bristol, BS34 8JH Tender No: SSP/00099 Due 10 am, 14/01/2015 DEFFORM 28ABW Edn 6/09 Defform 28ABW Not to be used for General Correspondence with the Ministry Affix Stamp Here DES LE STSP-DCC-Comrcl2c Defence Equipment and Support Soldier System Programmes, Survivability Elm 3c, #4335, MOD Abbey Wood, Bristol, BS34 8JH Tender No: SSP/00099 Due 10 am, 14/01/2015 DEFFORM 28ABW Edn 6/09 DEFFORM 522A Ministry of Defence RELEVANT FORM DETAILS FOR DEFCON 522 PAYMENT CONDITION This form must be completed and attached to each contract containing DEFCON 522. Contract Number: Line Item plus further description if necessary All Items SSP/00099 Relevant Form Representative of the Authority MOD Form 640 Accounts Payable Manager. Logistics Services Finance Team, C16, C Site, Arncott, Bicester, Oxon, OX25 2LD With regard to paragraph 3 of DEFCON 522, the Contractor shall submit all claims for payment to the Bill Paying Branch using a properly completed DAB Form 10. Palletisation Annex CONTRACT REQUIREMENTS FOR RETAIL TRADE AND BULK RECEIPTS FROM INDUSTRY WHERE GOODS ARE TO BE PALLETISED FOR SSP CONTRACTS 1. Applicability a. This requirement is applicable to receipts of 1 pallet or more of clothing or footwear and other STSP stores, which due to their dimensions or characteristics can be safely configured in a palletised format. b. All bulk and trade receipts which consist of one or more pallet load must be presented to LSC Bicester on the NATO standard one tonne pallet conforming to drawing AO/11125 28 Jan 98 attached. Wood used in pallets must comply with the provisions of paragraph 3 of DEFCON 129 (Edn 07/08) and be marked so as to conform with the provisions of the International Standard for Phytosanitary Measures, Guidelines for Regulating Wood Packaging Material in International Trade, Publication No 15. 2. Modular Pallet Load Packaging Requirements. a. Over packing onto the pallet must not exceed the base pallet dimensions of 1200 x 1000mm and the maximum permissible height of the load including the pallet must not exceed 1030mm. Maximum loaded weight including pallet must not exceed 500kg. b. The loaded pallet must have a flat top in order that a second and similar load can be placed on top to facilitate safe transportation and mechanical handling in transit without damage being incurred to either pallet or loads. c. When securing the load to the pallet the contractor must be aware that the goods will be transported and handled many times before reaching their final destination to the user. The robustness of keeping the pallet load intact is of paramount importance. 3. Segregation a. Each pallet load is to contain packages of the same Nato stock number and size as the product contract description and must be labelled as “FULL PALLET”. b. Where the final demand quantities exceed the full load requirement, several Nato stock numbers from a single demand and from the same contract can be palletised together, these must be clearly labelled “MIXED PALLET”. c. Where a delivery includes a pallet load that does not constitute a full pallet load, then that pallet must be labelled “PART PALLET”. 4. Securing Packages To Pallets. a. More than one method will be allowed to secure packages to a single pallet load i.e. nonmetallic strapping or stretch wrap or a combination of both. When using non-metallic strapping, a minimum of four straps will be used in cross-fitted positions. Two or more pallet loads must not be fastened together. 5. Documentation a. All pallets must be pallet wrapped using a clear wrapping, which catches a single pallet summary sheet giving full identification. b. The package/pallet load that contains the consignment documentation must be clearly marked DOCUMENTATION HERE. 6. Deviation/Waiver From Requirement a. This document has been agreed to enhance the handling capability and distribution of items throughout the support and supply chain. No deviation from this requirement will be allowed without the written consent of both parties. Certificate of Conformity Issue: 1 Oct’ ‘13 1. Supplier CoC Serial No. Certificate of Conformity 2. Supplier Name and Address: 3. Contract Number: SSP/00099 4. Contract Modification Number: 5. Details of Concessions: 6. Acquirer Name and Address: 7. Deliver Address: 8. Contract item number 13. N/A 9. Product Description and/or part number 10. Quantity 11. Shipment Document Numbers 12. Undelivered Quantity Traceability Information reference DEFCON 627 (check the N/A box to indicate no traceability requirements) a. Sub-contract/Order number: b. Specification/Drawing number including issue: c. Identification Marks and/or serial number(s): d. Material Cast number: e. Batch and/or Lot number: f. Test and/or Inspection Report(s): g. Incoming Release Note number/Reference: 14. Other Remarks or Comments: (e.g. Cure date. Shelf life.) 15. Supplier Statement of Quality: It is certified that apart from the concessions noted in block #5 above, the products listed above conform in all respects to the contract requirements. Date: Name and Post Title: Signature: Equality Of Information - Pricing Statement Contract No [SSP/00099] 1. The Company and the Authority each confirms that the negotiations leading to the agreement as at ............... of price(s) as recorded at Annex 1 to this Statement were conducted in accordance with the principles of paragraph 9 (Equality of Information) of The 1968 Profit Formula Agreement which has now been carried forward in the 2013 General Review of the Profit Formula for Non-Competitive Government Contracts. 2. The Company and the Authority each confirms that it is not aware of any material omission or inaccuracy in the facts and pricing assumptions provided by it, on which the price(s) are based, and which are set out or referenced in Annex 2 to this Statement. 3. The Company confirms that in estimating the costs on which the price(s) recorded at Annex 1 to this Statement are based it has observed the cost accounting practices set out in the Questionnaire as to the Method of Allocation of Costs dated ............... except as explained in Annex 2 to this Statement. 4. The Authority and the Company shall each maintain in confidence the information provided to it by the other for the purpose of the negotiations mentioned in paragraph 1 above. Information will not be disclosed to others without the written authority of the owner. The Authority and the Company confirm that each is free to provide such information to the Review Board for Government Contracts should the need arise in pursuance of DEFCON 650 / 650A (Reference To The Review Board Of Questions Arising Under The Contract) in respect of the contract incorporating the above price(s). 5. The agreement of price(s) set out in this Statement does not constitute any representation by either party to the other or oblige either party to contract with the other. 2 To the best of the knowledge of each of us the foregoing is correct and there have been no material changes to the information set out or referenced in Annex 2 to this Statement between the time of price agreement and the date of signature below. Signed: ...................................... Signed: ...................................... Name: ...................................... Name: ........................................ Position: ................................... Position: ..................................... Company: ................................. for (insert trading name of Company) Authority: ................................... for the Secretary of State for Defence Date: Date: ……….................................. ..................................... 3 Annex 1 to Equality Of Information Pricing Statement Dated ........ In Respect Of Contract No. [SSP/00099] Prices Item No: Qty: Price: Price Breakdowns may be inserted for future use if agreed 4 Annex 2 To Equality Of Information Pricing Statement Dated ........ In Respect Of Contract No. [SSP/00099] Facts And Pricing Assumptions 1. For contracts worth more than £1M the pricing statement will record an appropriate selection of the facts and pricing assumptions which are listed at a. and b. below. a. The following elements are as stated in the Invitation To Tender (ITT) and response unless annotated otherwise. (Reference of relevant correspondence should be given where appropriate): Contract terms, including payment arrangements. Contract Schedule. Contract Specification(s). Statement of Work. Drawing Build Standard (where it exists). Inspection and Testing Plan. Acceptance criteria. Delivery rate and/or period(s). Warranty period. Variation of Price (VOP). Manufacturing programme, plant and processes. Government Furnished Equipment. Special to type tooling, test equipment, jigs & etc. b. Major areas of agreement should be recorded in this section for future reference. Materials, bought out parts, subcontracted work, inter-Unit activity. Direct Labour (man hours and wage rates). Basis of the estimating allowances including learner, factors and Models used, including economic and currency factors. Indirect Costs (overhead rates used). Basis of forward load anticipated over contract period including details of related MOD programmes. Exceptions from the currently agreed QMAC. 5 Exclusions, proprietary prices, elements of the price(s) established by competition or market prices, etc. Other Costs, special jigs, test equipment, etc. Contingencies/Unallocated (i.e. final negotiating lump sum). Other estimating uncertainties on both sides. Profit Allowance (i.e. estimated forward CP:CE ratios). 6
© Copyright 2026 Paperzz