STATEMENT OF REQUIREMENTS

INVITATION TO TENDER MedGS/0004

SUPPLY OF INTRAOSSEOUS INFUSION EZ-IO SYSTEM & ASSOCIATED PARTS

CONTENTS

1. OVERVIEW

2. REQUIREMENT

3. QUALITY MANAGEMENT

4. QUALITY ASSURANCE

5. SPECIFICATIONS

6. ORDERING

7. PACKAGING

8. LABELLING

9. REJECTION and RECTIFICATION

10. DELIVERY

11. SURGE

12. MANAGEMENT

13. PERFORMANCE MONITORING

14. MEETINGS

15. MANAGEMENT INFORMATION

16. SUSTAINABLE DEVELOPMENT/PROCUREMENT

17. END OF CONTRACT ACTIVITIES

Annex:

A – DEMANDING AUTHORITIES AND DELIVERY POINTS

B – KEY PERFORMANCE INDICATORS

C – PROCEDURE FOR P2P DEMAND ORDERS

D - PROCEDURE FOR NON-P2P DEMAND ORDERS

1. OVERVIEW

1.1 This Statement of Requirements (SToR) sets out the Medical and General Supplies Team (MedGS) requirements for the supply of Intraosseous Infusion EZ-IO System and Associated Products.

2. REQUIREMENT

2.1 The Contractor shall supply the Articles detailed in the Schedule of Requirements (SoR), as they are ordered by the Demanding Authority, packaged to the appropriate level and to contracted lead times.

3. QUALITY MANAGEMENT

3.1 The Contractor shall operate a Quality Management System certified to ISO 9001-2008 and the following requirements shall apply to work under the Contract:

AQAP 2120 Edition 3 – NATO Quality Assurance Requirements for Production.

Defence Standard 05-61 Part 1 – Quality Assurance Procedural Requirements – Concessions.

DEFCON 602b - Quality Assurance – Without Deliverable Quality Plan.

AQAP 2009 Edition 2 – NATO Guidance on the use of the AQAP 2000 Series.

AQAP 2070 Edition 2 – The NATO Mutual Government Quality Assurance Process.

3.2 The Authority’s Quality Assurance Representative (QAR) shall be as shown at Box 7 of the Appendix to the Contract (DEFFORM 111).

3.3 Unless otherwise directed in the Contract, the Contractor shall retain the Quality Control/Inspection Records or such of those records as may be agreed by the QAR for a period of two years from completion of all work and shall make them accessible to the Authority on request. At the end of this retention period, the Contractor shall seek advice from the QAR regarding the disposal/ continued retention of the Quality Control/Inspection Records, and the Contractor shall not dispose of such records without the written authority of the QAR.

3.4 Exceptionally, when requested by the Contractor, earlier disposal may be authorised in writing by the QAR.

4. QUALITY ASSURANCE

4.1 The Authority may undertake Quality monitoring may be undertaken by the Authority should risk analysis identify areas of concern.

5. SPECIFICATIONS

5.1 Each Article, when demanded, shall be delivered to the Authority in accordance with the specification identified against the line item on the SoR, and to the description detailed in the appropriate column. The description and specification detailed in the SoR are the definitive requirements. In the event of any inconsistency between the SoR and any other publication (e.g. ISIS), then the SoR shall take precedence.

5.2 If at any time during the Contract Period, the Contractor proposes to change or delete any Line Item (Article) then prior approval in writing must be sought from the Authority.

5.3 In the event that the Contractor cannot meet the specification for an Article, the Contractor shall propose an alternative of an equivalent quality and robustness that meets the fit, form and function criteria of the original Article. Such alternatives must be readily available and, if requested by the Authority, the Contractor shall provide samples, free of charge, for assessment. Where the Authority accepts an alternative Article as a suitable replacement, the Contractor shall provide an updated specification for use by any UK Government Department.

5.4 When the Authority has accepted an alternative Article as a suitable replacement, agreed a fair and reasonable price for its supply, and the alternative Article has been allocated a NATO Stock Number (NSN), the Contractor may supply the Article to the Authority.

5.5 The Articles shall conform to the latest issues of the Authority’s specification(s) and/or BR relating to the Article and incorporate all relevant modifications.

5.6 On no account shall the Contractor supply an alternative Article in response to a Demand Order unless agreed in accordance with paragraphs 5.3 – 5.5 above.

6. ORDERING

6.1 Demand Orders may only be placed by the Authorised Demanders listed at Annex A to this SToR.

6.2 Orders for Articles will be notified to the Contractor electronically via the Defence Electronic Commerce Service (DECS) Purchase to Payment (P2P) System detailed in DEFFORM 30 of this Contract. Orders transmitted in this way shall be known as P2P Demand Orders and the procedures detailed at Annex C to this SToR shall be followed.

6.3 If the Contractor does not already have a P2P link with the Authority, orders will be generated in the meantime by the Demanding Authority’s provisioning systems and sent, generally in the form of DEFCON 300, to the Contractor by post, fax or e-mail. Such orders shall be known as Non-P2P Demand Orders and the procedures detailed at Annex D to this SToR shall be followed.

6.4 If the Article is listed on the SoR the Contractor shall provide the Article detailed within the Demand Order fully in compliance with the specification for that Article and within the timescales required.

6.5 In the event that the Contractor cannot meet the contracted delivery date the Authorised Demander may cancel the Demand Order and invoke DEFCON 614 (Default) in relation to the item covered by the Demand Order, in anticipation of the Contractor’s default.

6.6 The Denomination of Quantity (DofQ) for each Article is specified in the SoR. It is essential that the specified DofQ be observed, as the Authority’s systems cannot accommodate any deviations.

6.7 The Authority’s systems require exact matching of receipts to orders. Any variance in the quantity to be delivered, for whatever reason, must be notified

to the Demanding Authority prior to despatch of the goods, to allow sufficient time for ‘dues in’ records to be amended. Goods will be rejected if the delivered quantity does not match the (amended) order.

6.8 The quantities stated in the SoR are estimates only and the Authority cannot guarantee the volume of demand within any given timescale.

7. PACKAGING

7.1 All Articles shall conform to the packaging requirements of DEFCON 129 and will normally be to Trade Export standard unless another standard is specified. All costs for the packaging of these Articles shall be included in the Line Item Unit Price of the Articles in the SoR.

7.2 The Contractor shall be responsible for ascertaining whether the Articles being supplied are, or contain, Dangerous Goods as defined in the regulations set out below. Articles delivered under the Contract may be required to be transported, either UK or worldwide, as a normal part of the logistic support of HM Forces. Therefore, unless otherwise specified in the Contract, all Articles that are, or that contain Dangerous Goods are to be packaged for UK or worldwide shipment by all modes of transport. This means, Articles that contain Dangerous Goods shall be classified and packaged to the prescribed Primary Packaged Quantity (PPQ) in accordance with the applicable requirements of:

(i) The Technical Instructions for the Safe Transport of Dangerous Goods by Air (ICAO), IATA Dangerous Goods Regulation, (ii) The International Maritime Dangerous Goods (IMDG) Code, (iii) The Regulations concerning the International Carriage of Dangerous Goods by rail (RID), and (iv) The European Agreement concerning the International Carriage of Dangerous Goods by Road (ADR), with particular reference to the certification marking of packaging, incorporating the UN logo, the package code and other prescribed information indicating that the package corresponds to the successfully designed type.

8. LABELLING

8.1 All items shall be marked legibly and indelibly with the Manufacturer’s name or Trade Mark, year of supply, CE marks, batch serial numbers and expiry dates where applicable. All Articles shall also be marked and packaged to Retail Trade Standard as specified by DEFCON 129). All costs for the packaging of Articles shall be included in the Line Item Unit Price of the Article.

In addition to the retail trade packaging requirements specified in DEFCON 129, each primary package shall be marked with a label containing the following information as a minimum:

™ Contract Number

™ NSN

™ D of Q

™ Weight of Individual Articles

™ Combined weight of package

™ Brief Description of Contents

N.B The Contractor shall, following investigation, advise the implementation date for bar code labelling and advise any associated costs. These costs will be amortised over the contract prices to allow costs to be recovered.

9. REJECTION and RECTIFICATION

9.1 Due to the volume of stores received by the Authority, it is essential that goods be delivered in accordance with the provisions of Section 6 & 7 above. Failure to mark, package or label any Article in accordance with these instructions will result in the rejection of the consignment.

9.2 A Defect Report (DR) will be raised by the Commercial Manager, his nominated representative or the Authorised Demander and forwarded for action to the Contractor as a result of an Article or Service failing to meet its specified requirements. Defect reports raised by Authorised Demanders will be copied to the Commercial Manager for information purposes only.

9.3 The Contractor shall complete and return Part 2 of the Defect Report within 3 Working Days of receipt. A full investigation of the contents of the defect report shall be completed within 20 Working Days of receipt. However, defect reports with Health and Safety implications shall be acknowledged immediately and fully investigated within 5 Working Days. The investigation will not be considered complete until the Contractor has completed and returned Part 3 of the defect report, detailing their findings, actions taken and any subsequent recommendations.

9.4 A copy of the completed Part 3 of the defect report shall be forwarded to the Commercial Manager and the Authorised Demander who raised the Defect Report (where applicable).

9.5 Corrective action for failures in Articles or Services found to be the responsibility of the Contractor as a result of any defect report investigation shall be put into action immediately upon agreement with the Account manager or the Authorised Demander as appropriate. Where a Defect or Non- Conformance report is found to have no foundation, then the Contractor shall be reimbursed its reasonable, associated investigation costs.

9.6 Where the Contractor and an Authorised Demander cannot reach agreement on a Defect Report, it shall be forwarded to the Commercial Manager for arbitration.

9.6 Packaging defects shall be treated in accordance with the reporting procedure for Defect Reports on Articles and Services.

10. DELIVERY

10.1 All Articles demanded under the Contract shall be delivered to the consignee specified in the appropriate order, within the lead time shown on the order.

10.2 If the Contractor is unable to deliver to the required time-scale, it shall notify the Demanding Authority by electronic communication immediately on becoming aware of its inability to deliver and state when delivery will take place.

10.3 All deliveries to JSC Donnington shall be made to the address below. Deliveries will be accepted between 0800 hrs and 1500 hrs from Monday to Thursday and 0800 hrs to 1400 hrs on a Friday, deliveries outside of these times may be made at the discretion of the Warehouse Manager. The Warehouse Manager should be contacted at least 48 hours before the proposed delivery date to arrange a delivery slot:

MEDLOC Trade Receipts, Building B3, Warehouse 33, JSC Donnington, Telford, Shropshire, TF2 8JT.

Tel. No. 01952 674436; Fax No. 01952 673320.

10.4 In the event that the Contractor does not adhere to the time of delivery notified by the Authority, the Authority will not be responsible for any subsequent claims made by the Contractor, nor be held liable to meet any additional charges incurred by the Contractor through failure to deliver on the due date at the appointed time.

10.5 In addition to the provisions of DEFCON 691, all delivered timber shall be treated to prevent the transmission of the pinewood nematode and other pests in accordance with the International Standard for Phytosanitary Measures- 15 (ISPM-15) on Wood Based Packaging Material (WBPM). All delivered timber shall be marked with a stamp to confirm that this requirement has been met.

11. SURGE

11.1 In times of increased operational activity, demand patterns and requirements for direct supply to end-user customers may increase. The Contractor shall work with the Authority to meet such demands. The Authority will give as much notice as possible of Articles or Services likely to be required in a surge situation. The Contractor shall work with its suppliers to ensure availability as soon as the actual requirements are known.

12. MANAGEMENT

12.1 The Contractor is responsible for ensuring that all sub-contracted work meets the requirements of the Contract and is arranged to ensure that it meets the Contract operational date.

12.2 The Contractor shall establish a single point of contact for receipt of all communications and insure correct dissemination to individuals.

12.3 Within two weeks of Contract award, the Authority and the Contractor shall establish a communications matrix that identifies the lead officers for the various aspects of the Contract within both the Authority’s and Contractor’s organisations and their roles and responsibilities.

12.4 The Contractor shall notify the Authority within three working days of any change to his organisation that would affect the management of the Contract. The Authority should do otherwise.

12.5 The Contractor shall provide the Authority with technical support that is integral to the supply of Articles at no additional cost to the Authority, and will include but not be confined to:

12.5.1 Provision of advice and technical information on any change, or impending change, in technology, technical standards, health and safety or other legal requirements affecting the products.

12.6 The Contractor shall, at no additional cost to the Authority, provide a Customer Support Line (CSL) to process technical queries and supply chain matters identified by the Authority. A telephone advice line shall be available to representatives of the Authority between the hours of 08:30 and 17:00, Monday to Thursday and 08:30 to 16:00 on Friday.

12.7 The CSL must be manned by, or provide access to, a person competent to dispense advice. The Contractor is responsible for ensuring satisfactory service and provision of information.

12.8 The CSL shall maintain a log detailing the identity of the caller, nature of enquiry, agreed time-scale to resolve and the date the enquiry is satisfied. The log must show the number of enquiries received, the number resolved within agreed time scales, the number not resolved within agreed time-scales and the reasons for the latter.

12.9 When a customer raises a question of a technical nature directly with the Contractor, the Contractor shall refer the question to the responsible lead officer within the Authority in accordance with the Communications Plan. The lead officer shall liaise with the originator of the enquiry to determine the extent of the problem and within three working days of the enquiry shall agree a time- scale for its resolution.

12.10 The Contractor shall provide additional technical data relating to safety for any new/additional Articles added to the Contract where requested by the Authority. The Authority shall have the right to use, and reproduce for its own use, any documentation or manuals supplied.

13. PERFORMANCE MONITORING

13.1 The Key Performance Indicator (KPI) criteria for assessing contract achievement is 100% of the Articles conforming to specification and 95% delivered within agreed contract timescales.

13.2 For the purposes of measuring performance against KPIs, all demands raised by the Authority will be used for assessment, except those demands that are cancelled by the Authority before the delivery date.

13.3 Where an order is found not to conform to specification or will be delivered late (unless the demander will accept a later delivery date), the Authority reserves the right to cancel the order and purchase elsewhere under the provisions of DEFCON 614 (Default).

13.4 The minimum annual performance required by the Authority is set out at Annex B of the SToR. The Contractor’s performance against these KPIs shall determine whether the contract option period is taken up.

13.5 If the Contractor’s performance demonstrates a trend of repeated failure or worsening performance, the Authority may determine the Contract with effect from a date to be advised to the Contractor. Repeated failure or worsening performance means “a level of performance that is frequently lower than the percentages detailed in Annex B of the SToR”. The Authority’s decision shall be final but shall not affect the Parties’ rights and obligations in respect of all

the Articles or services which have been ordered, delivered or performed in accordance with the Contract on or before the date of such determination.

14. MEETINGS

14.1 The Authority may call for progress meetings.

14.2 Progress meetings will review the progress of the Contract.

14.2.1 during the period since the last meeting

14.2.2 during the period since contract award

14.3 The standard agenda for the meetings shall be determined between the Authority’s and the Contractor’s commercial / project managers at the start-up meeting, but shall include, as a minimum:

™ Review of previous minutes, including actions outstanding

™ Number of demand orders received by the Contractor during the reporting period

™ Delivery against the demand orders, including a measurement of on-time and late deliveries

™ Quality, including the number of non-conformances during the reporting period

™ Progress against Key Performance Indicators (KPIs)

™ Risk

™ Advice line queries, to include supply chain and technical queries

™ Technical issues

™ Commercial Issues

™ Logistic Issues

™ Initiatives/gain-share

14.4 The meetings will be held either quarterly or every 6 months. The Contractor and the Authority will decide the venue of the progress meetings.

14.5 Attendance at the above meetings will include the key stakeholders within both the Company and the Authority. Meeting notes will be taken by the Authority.

15. MANAGEMENT INFORMATION

15.1 The Contractor shall provide to the Authority’s Commercial Manager the following reports by email during the first week of each quarter following the operational date and at Progress meetings as appropriate:

No Description Periodicity

1 Details of any customer complaints received Quarterly

by the Contractor

2 Outstanding (i.e. by more than 30 days) Quarterly unpaid invoices

3 The preceding month’s achieved Quarterly performance against each KPI specified at Annex B to the SToR together with cumulative performance in the Contract year to date

4 A list of all line item quantities delivered Quarterly during the preceding quarter

5 Details of any significant surges in demand, Quarterly including the identification of Articles, Services and Demanding Authorities

6 The number of Articles and Services Quarterly demanded against each Line Item on the Schedule of Requirements in the Contract year to date

7 The number of non-conformance reports Quarterly received during the preceding quarter, broken down to show the line-item, reason for non-conformance and action taken/to be taken

16. SUSTAINABLE DEVELOPMENT/PROCUREMENT

16.1 In the event of any discrepancy between the Article specification and the mandated sustainable Development (SD) requirements, then the need to comply with the mandated SD requirements should take priority, the Authority should be consulted in all cases.

17. CONTINUOUS IMPROVEMENT

17.1 The contractor shall work with the Authority to identify and develop opportunities for improvement in the following areas:

™ Prices

™ Lead Times

™ Stock Holding

™ Supply Chain

™ Logistics

™ Product Development/ Improvement

18. END OF CONTRACT ACTIVITIES

18.1 In the event that the Authority requires support from the Contractor to ensure a smooth transition to other arrangements such support over and above the transfer of management information will form the subject of a Special Task.

ANNEX A to MedGS/0004 STATEMENT OF REQUIREMENT DEMANDING AUTHORITIES AND DELIVERY POINTS

Demand Orders raised by the Authority will be for Articles required for delivery to the Defence Supply Chain Portal within the UK and to other MOD sites. Delivery will be required direct to these establishments.

Units Authorised To Raise Demand Orders

The Military Units listed have the authority to raise their own Demand Orders on Contractors. Additional Military Units will be added to the list once they are authorised to purchase direct with Contractors. The Contractor will deliver these requirements to destinations as detailed on each Demand Order and labelled for onward movement to the demanding unit:

P2P Telephone UIN Name Postcode Enabled Delivery Address number

MEDICAL LOGISTIC M&GS INV. TEAM CENTRE, MEDLOC, BLDG LIVE SPUR 12, B3, JSC NORTH TF2 8JT 01225 882927 D1147L BLOCK F DONNINGTON, TELFORD, BRADFORD RD SHROPSHIRE BANES BA1 5AB DSDC NORTH BLDG A10, LIVE DONNINGTON TF2 8JT 01952 672228 A1041A OCCUPATIONAL BOD DONNINGTON HEALTH CTR TELFORD BUILDING B3 MPP DULMEN LIVE DSDC DONNINGTON TF2 8JT 01264 383824 A3860E A3860E, C/0 TELFORD WAREHOUSE 33 SHROPSHIRE V6, VENNING BARRACKS LIVE TF2 8JT 01952 672048 A5671B MEDICAL CENTRE DONNINGTON GARRISON TELFORD SHROPSHIRE GAMECOCK BKS LIVE BRAMCOTE CV11 6QN 01455 222342 A5671C MEDICAL CENTRE NUNEATON WARICKSHIRE CLIVE BKS LIVE TERN HILL TF9 3QE 01630 698200 A5671D MEDICAL CENTRE MARKET DRAYTON SHROPSHIRE 01432 357311 LIVE MEDICAL SUPPORT UNIT HR4 7DD A5671E MEDICAL CENTRE STIRLING LINES ext 2358 LIVE WHITTINGTON BARRACKS WS14 9PY 01543 434205 A5671F MEDICAL CENTRE LICHFIELD STAFFORDSHIRE LIVE BEACHLEY BKS NP16 7YG 01291 645298 A5671H MEDICAL CENTRE CHESTOW MONMOUTHSHIRE LIVE CAWDOR BKS SA62 6NN 01437 725890 A5671J MEDICAL CENTRE BRAWDY PEMBROOKSHIRE ITC, DERLING LINES LIVE BRECON LD3 7RA 01874 613554 A5671K MEDICAL CENTRE POWYS WALES LIVE MALBOROUGH BKS CV47 2UL A5671L MEDICAL CENTRE SOUTHAM 01869 257 WARKS 338

LIVE MOD STAFFORD ST18 0AQ 01785 787586 A5671Q MEDICAL CENTRE BEACONSIDE STAFFORD LIVE BOVINGTON CAMP BH20 6JA 01929 403319 A5672B MEDICAL CENTRE WAREHAM PO BOX 1 LIVE MEDICAL BOVINGTON CAMP BH20 6JA 01929 403319 A5672C RECEPTION STATION WAREHAM DORSET LIVE BLANDFORD CAMP DT11 8RH 01258 483115 A5672E MEDICAL CENTRE BLANDFORD FORUM DORSET WARMINSTER TRAINING LIVE GARRISON MEDICAL CENTRE BA12 0DJ 01985 222264 A5672F CENTRE WARMINSTER WILTSHIRE QUEEN ELIZABETH MEMORIAL HEALTHCARE LIVE CTR SP9 7EA 01980 650712 A5672G PHARMACY ST MICHAEL'S AVE. TIDWORTH HANTS QUEEN ELIZABETH MEMORIAL HEALTHCARE LIVE MEDICAL CTR SP9 7EA 01980 652257 A5672H RECEPTION STATION ST MICHAEL'S AVE. TIDWORTH HANTS HQ LAND LIVE ERSKINE BARRACKS SP2 0AG 01722 433408 A5672J MEDICAL CENTRE WILTON WILTSHIRE DUKE OF LIVE BARRACKS GL7 5RD 01285 868441 A5672K MEDICAL CENTRE SOUTH CERNEY GLOUCESTERSHIRE TRENCHARD LINES LIVE UPAVON SN9 6BE 01980 615294 A5672L MEDICAL CENTRE PEWSEY WILTSHIRE LARKHILL GARRISON LIVE GARRISON MEDICAL SP4 8QY 01980 845286 A5672M SALISBURY CENTRE WILTSHIRE 9 REGIMENT RLC LIVE BUCKLEY BARRACKS SN14 6BT 01266 508905 A5672N MEDICAL CENTRE CHIPPENHAM WILTSHIRE 21 SIGNAL REGIMENT LIVE AZIMGHUR BARRACKS SN14 8QY 01225 745283 A5672P MEDICAL CENTRE COLERNE NR CHIPPENHAM,WILTS BENGAL ROAD LIVE BULFORD SP4 9AD 01980 672463 A5672Q GROUP PRACTICE SALISBURY WILTSHIRE LIVE IMJIN BARRACKS GL3 1HW 01452 712612 A5672U MEDICAL CENTRE INNSWORTH GLOUCESTER REDFORD INFANTRY LIVE MEDICAL BARRACKS EH13 0PP 01313 105689 A5673B RECEPTION STATION COLINTON ROAD EDINBURGH FULWOOD BARRACKS LIVE MINOR INJURY FULWOOD ROAD PR2 8AA 01772 260373 A5673E ROOM PRESTON LANCASHIRE WEETON BARRAKS LIVE KIRKHAM PR4 3JQ 01772 260783 A5673G MEDICAL CENTRE PRESTON LANCS THE DALE BARRACKS LIVE LIVERPOOL ROAD CH4 4BD 01244 650783 A5673H MEDICAL CENTRE MOSTON, CHESTER 1 ROYAL IRISH REGT LIVE FORT GEORGE IV2 7TD 01313 108658 A5673J MEDICAL CENTRE ADERSIER INVERNESS LIVE GU15 4NP 01423 321601 A5674B MEDICAL CENTRE THIRSK NORTH YORKSHIRE ALANBROOKE BARRACKS No TOPCLIFFE YO7 3EY 01845 595293 A5674D MEDICAL CENTRE THIRSK NORTH YORKSHIRE LIVE CLARO BARRACKS HG4 2RD 01765 632281 A5674E MEDICAL CENTRE RIPON NORTH YORKSHIRE LIVE IMPHAL BARRACKS YO10 4HD 01904 662595 A5674F MEDICAL CENTRE FULFORD ROAD YORK DST LIVE NORMANDY BARRACKS HU17 7LX 01904 665588 A5674H MEDICAL CENTRE LECONFIELD NORTH HUMBERSIDE ITC CATTERICK LIVE VIMY BARRACKS DL9 4HH 01748 873655 A5674K MEDICAL CENTRE CATTERICK GARRISON NORTH YORKSHIRE LIVE PHARMACY DEPT, HORNE ROAD DL9 4DF 01748 873036 A5674Q DUCHESS OF KENT CATTERICK GARRISON BKS NORTH YORKSHIRE LIVE ALBERMARLE BARRACKS NE15 0RF 0191 2393350 A5674R MEDICAL CENTRE NR HARLOW HILL NEWCASTLE UPON TYNE UNIACRE BARRACKS LIVE MEDICAL HG3 1RU 01904 664444 A5674S HARROGATE RECEPTION STATION NORTH YORKSHIRE BLDG CGG 46 LIVE YPRES ROAD CO2 7NL 01206 783621 A5675A M&GS IPT HQ COLCHESTER ESSEX LIVE ST GEORGES BARRACKS LE15 8RL 01780 727825 A5675B MEDICAL CENTRE NORTH LUFFENHAM LINCOLNSHIRE ROBERTSON BARRACKS LIVE SWANTON MORLEY NR20 4TX 01362 627952 A5675C MEDICAL CENTRE DEREHAM NORFOLK PRINCE WILLIAM OF LIVE GLCSTR BKS NG31 7TJ 01159 573288 A5675D MEDICAL CENTRE GRANTHAM LINCS LINCOLNSHIRE BLDG 140 LIVE MEDICAL CHETWYND BARRACKS NG9 5HA A5675E RECEPTION STATION BEESTON NOTTINGHAM WATERBEACH BARRACKS LIVE WATERBEACH CB5 9PA 01223 204468 A5675G MEDICAL CENTRE CAMBRIDGE CAMBS LIVE DISC SG17 5PR 01462 851510 A5675J MEDICAL CENTRE CHICKSANDS SHEFFORD BEDS LIVE IPSWICH IP7 7RA 01449 728277 A5675K MEDICAL CENTRE SUFFOLK SUFFOLK LIVE BERECHURCH HALL ROAD CO2 9NU 01206 783528 A5675L MEDICAL CENTRE COLCHESTER ESSEX MERVILLE BARRACKS LIVE MEDICAL COLCHESTER CO2 7SW 01206 815656 A5675M RECEPTION STATION ESSEX ESSEX CARVER BARRACKS LIVE WIMBISH CB10 2YA 01223 203679 A5675P MEDICAL CENTRE SAFFRON WALDEN ESSEX BASSINGBOURNE BKS LIVE MEDICAL SG8 5LX 01223 204298 A5675Q ROYSTON RECEPTION STATION HERTS EASTERN REGION LIVE WOODBRIDGE AIRFIELD IP12 3TW 01394 462525 A5675T MEDICAL CENTRE ROCK BARRACKS SUFFOLK SIR JOHN MOORE BKS LIVE MEDICAL ANDOVER RD NORTH S022 6NQ 01962 888329 A5676B RECEPTION STATION WINCHESTER HANTS 01962 887270 LIVE WORTHY DOWN S021 2RG A5676C MEDICAL CENTRE WINCHESTER or 887413 HANTS LIVE MIDDLE WALLOP SO20 8DY 01980 674209 A5676D MEDICAL CENTRE STOCKBRIDGE HANTS LIVE WILTON PARK HP9 2RP 01494 683249 A5676E MEDICAL CENTRE BEACONSFIELD BUCKS MCMULLEN BARRACKS 01703 LIVE MARCHWOOD SO40 4ZG 664357/66428 A5676F MEDICAL CENTRE SOUTHAMPTON 5 HANTS DENISON BARRACKS LIVE HERMITAGE RG18 9TP 01635 204230 A5676H MEDICAL CENTRE THATCHAM BERKSHIRE BAKER BARRACKS LIVE THORNEY ISLAND PO10 8DH 01243 388273 A5676J MEDICAL CENTRE EMSWORTH HANTS CENTRE for LIVE ALDERSHOT HEALTH GU11 1AY 01252 335819 A5676L GARRISON MEDICAL HOSPITAL HILL CENTRE ALDERSHOT GIBRALTAR BARRACKS 01252 863288 LIVE BLACKWATER GU17 9LP A5676P MEDICAL CENTRE or 3237 HAZEBROUCK BARRACKS LIVE ARBORFIELD RG2 9NJ 01189 763643 A5676Q MEDICAL CENTRE READING BERKS ST GEORGES BARRACKS LIVE MEDICAL ARNCOTT OX6 0PP 01869-257702 A5676R RECEPTION STATION BICESTER OXON 01420 485858 LIVE BORDON CAMP GU35 0JE A5676S MEDICAL CENTRE BORDON / 485852 HANTS RMAS 01276 412084 LIVE MEDICAL GU15 4PQ A5676T CAMBERLEY / 412026 RECEPTION STATION SURREY LIVE SOUTHWICK PARK PO17 6EJ 02392-284490 A5676W MEDICAL CENTRE FAREHAM HAMPSHIRE ALEXANDER BARRACKS LIVE MEDICAL PIRBRIGHT CAMP GU24 0QQ 01483 798011 A5677B RECEPTION STATION BROOKWOOD WOKING, SURREY PRINCESS ROYAL 01252 833361 LIVE BARRACKS GU16 6RW A5677D MEDICAL CENTRE DEEPCUT or 8587 CAMBERLEY SURREY DMSTC 01252 868692 LIVE KEOGH BARRACKS GU12 5RQ A5677E MEDICAL CENTRE or 5384 ASHVALE ALDERSHOT, HAMPSHIRE 01634 822240 LIVE BROMPTON BARRACKS CT16 1JU A5677F MEDICAL CENTRE CHATHAM or 822448 KENT LIVE INVICTA PARK ME14 2NA 01622 767280 A5677G MEDICAL CENTRE MAIDSTONE KENT SIR JOHN MOORE BKS LIVE SHORNCLIFFE CT20 3HJ 01303 225249 A5677J MEDICAL CENTRE FOLKESTONE KENT LIVE HOWE BARRACKS CT1 1JU 01227 814329 A5677L MEDICAL CENTRE CANTERBURY KENT COMBEREMERE LIVE BARRACKS SL4 3DN 01753 755152 A5677M MEDICAL CENTRE WINDSOR BERKSHIRE 1st BATTALION LIVE GRENADIER GUARDS SL4 1HF 01753 755587 A5677N MEDICAL CENTRE VICTORIA BARRACKS SHEET STREET WINDSOR BERKS HYDE PARK BARRACKS LIVE KENSINGTON SW7 1SE 0207 4142516 A5677P MEDICAL CENTRE KENSINGTON LONDON LIVE WELLINGTON BARRACKS SW1E 6HQ 0207 4143370 A5677Q MEDICAL CENTRE BIRDCAGE WALK LONDON LIVE CAVALRY BARRACKS TW4 6HD 0208 8816515 A5677S MEDICAL CENTRE HOUNSLOW MIDDLESEX ST THOMAS'S HOSPITAL LIVE THE BAIRD HEALTH BAIRD HEALTH CENTRE SE1 7EH 0207 2028300 A5677T CENTRE LAMBETH PALACE ROAD LONDON LIVE KNELLER HALL TW2 7DU 0208 8988686 A5677W MEDICAL CENTRE TWICKENHAM MIDDLESEX MEDICAL CENTRE LIVE WOOLWICH SE18 4AH 0208 7814373 A5677Y MEDICAL CENTRE GREEN HILL WOOLWICH LONDON BUILDING B3 MPP GIBRALTAR LIVE DSDC DONNINGTON TF2 8JT 01264 383824 D1156A D1156A, c/o TELFORD WAREHOUSE 33 SHROPSHIRE DCSA, RUDLOE SITE 01225 810461 LIVE JOINT SERVICE PARK LANE SN13 9NR D4331F EXT 6665 MEDICAL CENTRE CORSHAM WILTSHIRE FORT BLOCKHOUSE LIVE HASLAR ROAD PO12 2AB 02392 765046 D4335E MEDICAL CENTRE GOSPORT HANTS LIVE RAF COSFORD WV7 3EX 01902 372393 D6482A MEDICAL CENTRE WOLVERHAMPTON STAFFORDSHIRE LIVE RAF ST MAWGAN TR8 4HP 01637 857765 F0646A MEDICAL CENTRE NEWQUAY CORNWALL RAF SPADEADAM LIVE GISLAND CA6 7AT 01697 749220 F0907A MEDICAL CENTRE CARLISLE CUMBRIA LIVE RAF VALLEY LL65 3NY 01407 762241 F2086A MEDICAL CENTRE HOLYHEAD GWYNEDD LIVE RAF SCAMPTON LN1 2TR 01522 733044 F2626A MEDICAL CENTRE LINCOLN LINCS LIVE RAF SHAWBURY SY4 4DZ 01939 250351 F3612A MEDICAL CENTRE SHREWSBURY SHROPSHIRE LIVE RAF LYNEHAM SN15 4PZ 01249 890381 F3725A MEDICAL CENTRE CHIPPENHAM WILTSHIRE 01452 712612 DEAD RAF INNSWORTH GL3 1HW F3730A MEDICAL CENTRE GLOUCESTER x 6263 INNSWORTH LIVE RAF HENLOW SG16 6DN 01462 851515 F4158A MEDICAL CENTRE HITCHIN BEDFORDSHIRE RAF BRIZE NORTON LIVE BRIZE NORTON OX18 3LX 01993 842551 F4240A MEDICAL CENTRE CARTERTON OXFORDSHIRE LIVE RAF KINLOSS IV36 3UH 01309 672161 F4440A MEDICAL CENTRE FORRES MORAYSHIRE LIVE RAF LOSSIEMOUTH IV31 6SD 01343 817439 F4562A MEDICAL CENTRE MORAYSHIRE LIVE RAF ODIHAM RG29 1QT 01256 702134 F4617A MEDICAL CENTRE HOOK HAMPSHIRE LIVE RAF LEUCHARS KY16 0JX 01334 839471 F4680A MEDICAL CENTRE ST ANDREWS FIFE LIVE RAF BENSON OX10 6AA 01491 827381 F4749A MEDICAL CENTRE WALLINGFORD OXFORDSHIRE LIVE RAF HIGH WYCOMBE HP14 4UE 01494 461461 F5005A MEDICAL CENTRE WALTERS ASH BUCKINGHAMSHIRE LIVE RAF HALTON HP22 5PG 01296 623535 F5135A MEDICAL CENTRE AYLESBURY BUCKINGHAMSHIRE RAF LEEMING LIVE LEEMING DL7 9NJ 01677 457001 F5166A MEDICAL CENTRE NORTHALLERTON NORTH YORKSHIRE LIVE RAF UXBRIDGE UB10 0RZ 01895 237144 F5259A MEDICAL CENTRE MIDDLESEX LIVE RAF LINTON-ON-OUSE YO30 2AJ 01347 848261 F5290A MEDICAL CENTRE YORK RAF NORTHOLT LIVE WEST END ROAD HA4 6NG 0208 8338365 F5388A MEDICAL CENTRE RUISLIP MIDDLESEX LIVE RAF BOULMER NE66 3JF 01665 607419 F5435A MEDICAL CENTRE ALNWICK NORTHUMBERLAND LIVE RAF COTTESMORE LE15 7BL 01572 812241 F5530E MEDICAL CENTRE OAKHAM LEICESTERSHIRE LIVE RAF WITTERING PE8 6HB 01780 783838 F5656S MEDICAL CENTRE PETERBOROUGH CAMBS LIVE RAF CRANWELL NG34 8HB 01400 261201 F5662A MEDICAL CENTRE SLEAFORD LINCOLNSHIRE LIVE RAF WADDINGTON LN5 9NB 01522 720271 F5663A MEDICAL CENTRE LINCOLN LIVE RAF WYTON PE28 2AE 01480 52451 F5781A MEDICAL CENTRE HUNTINGDON CAMBRIDGESHIRE LIVE RAF DIGBY LN4 3LH 01526 327472 F5790A MEDICAL CENTRE SCOPWICK LINCOLN LIVE RAF FYLINGDALES YO18 7NT 01751 477000 F5934A MEDICAL CENTRE PICKERING NORTH YORKSHIRE LIVE RAF CONINGSBY LN4 4SY 01526 342581 F6046A MEDICAL CENTRE LINCOLN RAF ST ATHAN LIVE EAST CAMP CF62 4WA 01146 798798 F6120A MEDICAL CENTRE BARRY SOUTH GLAMORGAN RAF BOSCOMBE DOWN LIVE BOSCOMBE DOWN SP4 0JE 01980 663166 F6315A MEDICAL CENTRE SALISBURY WILTSHIRE LIVE RAF MARHAM PE33 9NP 01760 337261 F6552A MEDICAL CENTRE KINGS LYNN NORFOLK LIVE RAF HONINGTON IP31 1EE 01359 269561 F6675A MEDICAL CENTRE BURY ST EDMUNDS SUFFOLK RAF CENTRE OF AVIATION LIVE AVIATION MEDICINE MEDICINE SG16 6DN 01462 851515 F7001A WING RAF HENLOW BEDFORDSHIRE LIVE RM CHIVENOR EX31 4AZ 01271 857176 N0101A MEDICAL CENTRE BARNSTABLE DEVON PORTSMOUTH NAVAL LIVE SICKBAY HMS ARK PO1 3NA N0124A BASE ROYAL PORTSMOUTH JSU NORTHWOOD 01923 838300 LIVE SANDY LANE HA6 3HP N5340M MEDICAL CENTRE EXT 35 OR 23 NORTHWOOD MIDDLESEX HMS NEPTUNE 01436 674321 LIVE HMB CLYDE G84 8HL N5341Q SICK QUARTERS EXT 6815 FASLANE HELENSBURGH NHM NELSON LIVE HM NAVAL BASE PO1 3HH 02392 724104 N5374B SICK QUARTERS PORTSMOUTH HANTS RM STONEHOUSE LIVE SICK BAY RM DURNFORS STREET PL1 3QS 01752 836361 N5595A STONEHOUSE PLYMOUTH DEVON 45 CDO RM, RM CONDOR 01241 822059 LIVE ARBROATH DD11 3SJ or 01241 N5596B MEDICAL CENTRE ANGUS 822063 SCOTLAND MEDICAL CENTRE, 40 CDO RM 01823 LIVE 40 COMMANDO TA2 6PT N5598A 3622166 TAUNTON SOMERSET LIVE HMS RALEIGH PL11 2PD 01752 811425 N5600T MEDICAL CENTRE TORPOINT EAST CORNWALL LIVE BRNC DARTMOUTH TQ6 0HJ 01803 677069 N5605U MEDICAL CENTRE DARTMOUTH DEVON LIVE CTCRM EX8 5AR 01392 414207 N5608A MEDICAL CENTRE LYMPSTONE DEVON HMS SEAHAWK LIVE RNAS CULDROSE TR12 7RH 01326 55256 N5613K MEDICAL CENTRE HELSTON CORNWALL HMS SULTAN LIVE MILITARY ROAD PO12 3AB 02392 542033 N5617A MEDICAL CENTRE GOSPORT HAMPSHIRE HMS GANNET LIVE RNAS PRESTWICK KA9 2RZ 01292 674210 N5623A MEDICAL CENTRE MONKTON AYRESHIRE HMS HERON LIVE ILCHESTER BA22 8WD 01935 455515 N5627X MEDICAL CENTRE YEOVIL SOMERSET HMS CALEDONIA LIVE MEDICAL & DENTAL HILTON ROAD KY11 2XH 01383 425116 N5630A CENTRE ROSYTH FIFE HMS DRAKE LIVE HMNB DEVONPORT PL2 2BJ 01752 557408 N5639J SICK BAY PLYMOUTH DEVON MWS COLLINGWOOD LIVE NEWGATE LANE PO14 1AS 01329 333707 N5666K MEDICAL CENTRE FAREHAM HANTS HMS EXCELLENT LIVE WHALE ISLAND PO2 8ER 02392 547134 N5666M MEDICAL CENTRE PORTSMOUTH HANTS 29 Cdo Regt RA No The Royal Citadel PL1 2PD 01752 236119 A0221B Medical Centre Plymouth DEVON LIVE MEDICAL SUPPORT UNIT HR4 7DD A0751T MEDICAL STORES STIRLING LINES HEREFORD GLENCOURSE BARRACKS 0131 310 No MILTON BRIDGE EH26 0NP A2434G RSC GLENCOURSE 3250 PENICUIK MIDLOTHIAN RSC LICHFIELD No RECRUITMENT WHITTINGTON BARRACKS WS14 9PY 01543 434345 A2434H SELECTION CENTRE LICHFIELD STAFFORDSHIRE RSC PIRBRIGHT No RECRUITMENT ALEXANDER BARRACKS GU24 0QQ 01483 798477 A2434J SELECTION CENTRE PIRBRIGHT WOKING, SURREY CHETWYND BARRACKS No BEESTON NG9 5HA 01159 572049 A5371S MEDICAL CENTRE NOTTINGHAM NOTTINGHAMSHIRE 01432 357311 No HQ HEREFORD GARRISON HR4 7DD A5671M PCRF HEREFORD STIRLING LINES ext2358 HEREFORD PETROLEUM CENTRE RLC No WEST MOORS BH21 6QS 01202 654219 A5672D MEDICAL CENTRE WIMBOURNE DORSET KASHMIR ROAD No REGIONAL REHAB BULFORD CAMP SP4 9LS 01980 672616 A5672R UNIT BULFORD SALISBURY WILTSHIRE No MEDICAL QINTETIQ RANGE HS7 5LA 01870 604247 A5673C RECEIPTION ISLE OF BENBECULA STATION OUTER HEBRIDES DEFENCE MUNITIONS No CARLISLE CA6 5LX 01228 794577 A5673F MEDICAL CENTRE PO BOX 1 LONGTOWN CARLISLE MOUNTAIN DIVISION No HOUSE EH13 0PP 01313 105689 A5673K PHYSIO DEPT REDFORD BARRACKS COLINTON ROAD EDINBURGH RTMC MEDICAL WING 1 0115 957 No RTMC MEDICAL CHETWYND BARRACKS NG9 5HA A5675N 2777 WING 1 BEESTON NOTTINGHAM BLDG 340 MEDICAL No THIEPVAL BKS BFPO 801 A5679C DISTRIBUTION LISBURN CENTRE

BLDG 340 MEDICAL No THIEPVAL BKS BFPO 801 A5679D DISTRIBUTION LISBURN CENTRE

QUINETIQ RANGES No MEDICAL MOD HEBRIDES HS7 5LA 01870 604247 A3921H RECEPTION STATION ISLE OF BENBECULA BALIVANICH No MARNE BARRACKS DL10 7NP 01748 875822 A5674M MEDICAL CENTRE CATTERICK GARRISON NORTH YORKSHIRE REGIONAL TEESDALE ROAD No REHABILITATION DL9 4ER A5674T CATTERICK GARRISON UNIT, LE CATEAU NORTH YORKSHIRE GYMNASIUM No DAC LE13 1NX 01664 854861 A5675F MEDICAL CENTRE MELTON MOWBRAY LEICESTERSHIRE WEST TOFTS CAMP No THETFORD IP26 5EP 01842 855280 A5675H MEDICAL CENTRE NORFOLK NORFOLK No GARRISON COLCHESTER CO2 7QU 01206 782958 A5675S GYMNASIUM ESSEX 01793 785573 No RMCS, SHRIVENHAM SN6 8LA A5676G MEDICAL CENTRE SHRIVENHAM / 785552 WILTSHIRE No DALTON BARRACKS OX13 6JB 01235 543863 A5676K MEDICAL CENTRE ABINGDON OXON No EVELYN WOODS ROAD GU11 2LZ 01252 347762 A5676N MEDICAL CENTRE NORTH CAMP ALDERSHOT HAMPSHIRE DUCHESS OF KENT No BARRACKS GU11 2DW 01252 340778 A5676U DCMH ALDERSHOT MAIDA ROAD ALDERSHOT HANTS DUCHESS OF KENT No BARRACKS GU11 2DW 01252 340790 A5676V RRU ALDERSHOT MAIDA ROAD ALDERSHOT HANTS ELIZABETH BARRACKS No PIRBRIGHT CAMP GU24 0DT 01483 798448 A5677C MEDICAL CENTRE BROOKWOOD WOKING, SURREY ROUSSILLON BARRACKS No BROYLE ROAD PO19 4BN 01243 534265 A5677H MEDICAL CENTRE CHICHESTER WEST SUSSEX

No CONNAUGHT BARRACKS CT16 1HL 01304 578745 A5677K MEDICAL CENTRE DOVER KENT

WELLINGTON BARRACKS 0207 No PHYSIOTHERAPY A5677R BIRDCAGE WALK SW1E 6HQ 4144260? CENTER? LONDON ST JOHNS WOOD No BARRACKS NW8 6PT 0207 4144613 A5677V MEDICAL CENTRE ORDNANCE HILL ST JOHNS WOOD LONDON BUILDING B3 No MPP BRUNEI A5762A, DSDC DONNINGTON TF2 8JT 01264 383824 A5762A c/o WAREHOUSE 33 TELFORD SHROPSHIRE BUILDING B3 No DSDC DONNINGTON, DSDC DONNINGTON TF2 8JT 01952 672228 D1147L c/o WAREHOUSE 33 TELFORD SHROPSHIRE DMRC HEADLEY COURT LIVE MEDICAL LOGISTICS KT18 6JN 01372 381039 D1160A EPSOM CENTRE SURREY DUCHESS OF KENT OUTPATIENTS No DUCHESS OF KENT DL9 4DF 01748 873025 D1164Q HORNE ROAD OUTPATIENTS CATTERICK GARRISON NORTH YORKSHIRE BUILDING B3 MPP AKROTIRI LIVE DSDC DONNINGTON TF2 8JT 01264 383824 D1166A D1166A, c/0 TELFORD WAREHOUSE 33 SHROPSHIRE DUCHESS OF KENT No BARRACKS DL9 4DF 01748 873147 D1170B GU MED HORNE ROAD CATTERICK GARRISON NORTH YORKSHIRE BUILDING B3 No KEMH, FI D2232B , c/o DSDC DONNINGTON TF2 8JT 01264 383824 D2232B WAREHOUSE 33 TELFORD SHROPSHIRE FOREST ROAD No MEDICAL CENTRE, WOODHOUSE LE12 8WD 01509 891700 D5357W WELBECK COLLEGE LOUGHBOROUGH LEICESTERSHIRE LIVE MOD FS CTE CT12 5BS 01843 823351 F0165A MEDICAL CENTRE MANSTON RAMSGATE KENT 22 SQN A FLIGHT No A FLT 22 SQN, RM RM BASE CHIVENOR EX31 4AZ 01271 857220 F0196B CHIVENOR BARNSTABLE NORTH DEVON C/O MEDICAL CENTRE No B FLT 22 SQN RAF HONINGTON IP31 1EE 01449 728585 F0196C SEARCH & RESCUE BURY ST EDMUND SUFFOLK C FLT 22 SQN SEARCH & RESCUE No C FLT 22 SQN LL65 3NY 01407 741368 F0196D RAF VALLEY SEARCH & RESCUE HOLYHEAD GWYNEDD C/o DUTY WINCHMAN No A FLT 202 SEARCH & RAF BOULMER NE66 3JF 01665 607202 F0210B RESCUE ALNWICK NORTHUMBERLAND C/o DUTY WINCHMAN No D FLT 202 SEARCH & IV31 6SD 01343 817834 F0210E RAF LOSSIEMOUTH RESCUE MORAYSHIRE E FLT 202 SEARCH & RESCUE No E FLT 202 SEARCH & HU17 7LX 01964 550424 F0210F NORMANDY BARRACKS RESCUE RAF LECONFIELD BEVERLEY RAF BUCHAN 01779 472091 No PETERHEAD AB42 3AR F0229A MEDICAL CENTRE x 7181 GRAMPIAN ABERDEENSHIRE BUILDING B3 No NAPLES F1032A, C/O DSDC DONNINGTON TF2 8JT 01264 383824 F1032A WAREHOUSE 33 TELFORD SHROPSHIRE 0207 024 No ROYAL MEWS BUCKINGHAM PALACE SW1W 0QH F1181E 4244 SURGERY LONDON

No RAF SEALAND CH5 2LS 01244 288331 F1231J MEDICAL CENTRE DEESIDE FLINTSHIRE No RAF STAFFORD ST18 0AQ 01785 787218 F4125A MEDICAL CENTRE BEACONSIDE STAFFORD No RAF BENTLEY PRIORY HA7 3HH 0208 8387770 F5035A MEDICAL CENTRE STANMORE MIDDLESEX RAF SAXA VORD No HAROLDSWICK ZE2 9TJ 01957 711555 F7193A MEDICAL CENTRE UNST SHETLAND No RAF COLTISHALL NR10 5AJ 01603 267003 F7320A MEDICAL CENTRE NORWICH NORFOLK PLYMOUTH NAVAL No SICKBAY HMS ARK DOCKYARD PL2 2BG N0124B ROYAL DEVONPORT PLYMOUTH CLYDE SUBMARINE No SICKBAY HMS ARK NAVAL BASE G84 8HB 01264 385437 N0124C ROYAL HELENSBURGH DUMBARTONSHIRE PLYMOUTH NAVAL DOCKYARD No HMS MONMOUTH PL2 2BG 01752 553740 N0274A DEVONPORT SICKBAY PLYMOUTH DEVON ROSYTH ROYAL No HMS MONMOUTH KY11 2BY 01383 412121 N0274U DOCKYARD SICKBAY DUNFERMLINE FIFE Scotland DEFENCE MUNITIONS GOSPORT No OCCUPATIONAL PO13 OAN 02392 543339 FAREHAM ROAD N5018B HEALTH DEPT GOSPORT HAMPSHIRE DEFENCE MUNITIONS CENTRE 01505 504581 No OCCUPATIONAL KA15 1JT N5111A OLD DALRY RD EXT 4300 HEALTH BEITH NORTH AYRESHIRE DEFENCE MUNITIONS CENTRE 01301 702331 No OCCUPATIONAL G83 7BA N5118A GLEN DOUGLAS EXT 4210 HEALTH PO BOX 1, ARROCHAR DUNBARTONSHIRE BUILDING B3 No LISBON N5181A, C/O DSDC DONNINGTON TF2 8JT 01264 383824 N5181A WAREHOUSE 33 TELFORD SHROPSHIRE RM No HAMWORTHY BH15 4NQ 01202 202279 SICK BAY N5328M POOLE DORSET BUILDING B3 No NONNS DSDC DONNINGTON TF2 8JT 01952 672228 WAREHOUSE 33 N TELFORD SHROPSHIRE MOD CFB No OCCUPATIONAL BS34 8JH 011791 30895 P5533A ABBEY WOOD #0032 HEALTH BRISTOL

ANNEX B to MedGS/0004 STATEMENT OF REQUIREMENT KEY PERFORMANCE INDICATORS

No Subject Success Criteria Contract Requirement Assessment Criteria Quality 1 Accuracy of Items delivered meet the 100% This measures the number of Line Order Items delivered that conform Items/Delivery Specification, are correctly packaged entirely to the specification and no defect report is received by the and labelled and delivered to the Contractor. It is expressed as a percentage of the total number of line order correct destination items delivered. It also measures the percentage of items delivered to the first delivery point without attractinga non-conformance report, against the total number of line order items delivered. (see note 1). To be measured from operational date of Contract.

Cost 2 New Articles When requested, prices to be Within 7 working days of This measures the time taken, in working days from the date the supplied to the Authority for new request Contractor is requested to submit a price for a new Article until the date Medical Consumable Products that the price is passed to the Authority's commercial branch for approval or acceptance.

Logistics 3 Delivery On-time Delivery in Full 95% within 3 months of This target measures the % of demanded Line Order Items actually Operational Date delivered in full to the first delivery point, against the total number of line order items where the RDD or lead time (whichever is the later) falls within the period, expressed as a % (See Notes 2 to 5).

Management 4 Management Management information provided on In the first complete Delivery by midday of the Friday of the first full (calendar) week of each Information time week of each quarter quarter.

NOTES 1 For the purposes of Performance Measurement under this Contract, a non-conformance is defined as any receipt shortcoming, the responsibility for which is attributed to the Contractor, including, but not limited to: inadequate, or damaged, packaging missing, damaged, or incorrect label package exceeds weight/size restrictions notified consignments made without prior notice in accordance with the SToR pallets received not in accordance with the requirements of the SToR 2 Cancelled orders are not to be counted in assessing performance against this target. 3 This is a historical measure, therefore in determining delivery performance only those orders that are due for delivery within the prescribed 'target criteria' should be considered. Items where the delivery as contracted falls outside of the reporting period should be discounted when calculating the target performance achieved. 4 The Contractor may count an item as complying with the target in circumstances where the Contractor has offered an alternative delivery timescale and the Authority has accepted the revised time-scale, provided that the percentage of items qualifying under this Note 3 shall represent no more than 5% of all measured deliveries. 5 The offer or supply of an agreed and acceptable alternative to the item demanded within the prescribed target time scale may be deemed as meeting the target criteria required. If the item offered is not considered by the Authority to be an agreed and acceptable alternative and supply of the demanded item is not achieved in time, the Contractor is to consider this as a failure to meet the criteria. 6 Where no time-scale is specified within the table above, the contract requirement is to operate from the date of the contract. ANNEX C to MedGS/0004 STATEMENT OF REQUIREMENT

PROCEDURE FOR P2P DEMAND ORDERS

1. P2P Orders

1.1. Each P2P Demand Order will be issued by an Authorised Demander and will contain, as a minimum, the following information:

1.1.1 The Header - showing:

1.1.1.1 A P2P purchase order number.

1.1.1.2 A legacy purchase order number.

1.1.1.3 The Contract number.

1.1.2 The Order Line Level - showing one or more

Commissioned Line Items. In respect of each Commissioned Line Item, will be provided:

1.1.2.1 A purchase order line number.

1.1.2.2 The supplier’s part number (if known).

1.1.2.3 The NATO Stock Number (where applicable).

1.1.2.4 A short description.

1.1.2.5 The total quantity to be supplied.

1.1.2.6 The denomination of quantity.

1.1.3 The Shipment Line Level - showing details, where applicable, of the time-scales for delivery and the Delivery Points for each Commissioned Line Item at the Order Line Level of the P2P Demand Order. The Shipment Line Level information supplied will include:

1.1.3.1 A unique receipt reference identifier (URRI).

1.1.3.2 A priority code and/or a Required Delivery Date (RDD):

N.B. The Contractor is required to use the RDD stated in the Demand Order on the P2P shipping label.

1.1.3.3 The Delivery Point.

1.1.3.4 The quantity of Articles to be supplied to each Delivery Point.

1.1.3.5 The denomination of quantity in which the Commissioned Line Items shall be supplied.

1.1.3.6 The URRI number related to the delivery at Shipment Line Level.

N.B. There may be several shipment line levels for the same item.

2 Order Acknowledgement

2.1 The Contractor is required to electronically acknowledge within 5 business days all orders received via P2P. For multi-line orders an electronic acknowledgement is required for each Commissioned Line Item.

3 Order Amendment/Cancellation

3.1 Once an order has been placed, it shall not be amended or cancelled without prior consultation/agreement between the Authority and the Contractor.

3.2 If the Authority amends or cancels a P2P Demand Order before the original delivery date specified in it, the Contractor shall comply with the P2P Demand Order as so amended. The Authority will notify the Contractor of a purchase order amendment by sending an electronic Purchase Order Amendment message.

3.3 If the Contractor requests an amendment to a P2P Demand Order, the Authority may:

3.3.1 Enter into negotiations with the Contractor with a view to agreeing an appropriate amendment to the P2P Demand Order.

3.3.2 Reject the request.

3.3.3 Cancel the P2P Demand Order by sending a purchase order amendment message to the Contractor.

3.4 The Contractor shall be bound by and comply with the terms of a P2P Demand Order:

3.4.1 Which he has accepted or where an amendment requested by the Contractor has not been accepted by the Authority;

3.4.2 Where an amendment has been agreed and issued by the Authority in accordance with paragraph 3.3.1.

4 Despatch Messages

4.1 Prior to despatch, the Contractor shall send an advance shipment notice message. This will as a minimum contain:

4.1.1 A P2P purchase order number.

4.1.2 A legacy purchase order number.

4.1.3 The Contract number.

4.1.4 The unique receipt reference identifier.

4.1.5 The quantity of the Article being despatched.

4.1.6 The number of containers being used to deliver the Articles.

4.2 The Authority may, but shall be under no duty to, notify the Contractor of the receipt of the Articles in a Commissioned Line Item. Any such confirmation shall not be construed as acceptance of the Articles, in accordance with DEFCON 525.

5 Invoice Messages

5.1.1 Electronic Invoices shall be submitted to the Authority using the Sales Invoice message. This message shall identify the item by reference to the information contained in the P2P Demand Order including, in particular, the unique Receipt Reference identifier for that item. The Contractor shall submit a separate invoice for each shipment line.

5.1.2 The Authority shall pay the Contractor for an electronic invoice within 30 days of its receipt, provided the Authority is satisfied that the invoice fully meets the following criteria:

5.1.3 The Commissioned Line Item has been delivered to the Delivery Point specified in the P2P Demand Order.

5.1.4 The Contractor has submitted to the Authority an electronic invoice using the Sales Invoice message which:

5.1.4.1 Identifies the Commissioned Line Item accurately by reference to the information contained in the P2P Demand Order (including, in particular, the unique receipt reference identifier for the Commissioned Line Item).

5.1.4.2 Specifies correctly the contract price payable for the Commissioned Line Item by applying the formula:

A = LIUP x Q

Where:

A represents the amount.

LIUP represents the Line Item Unit Price for the Commissioned Line Item

Q represents the quantity of the Commissioned Line Item specified in the P2P Demand Order

5.1.5 The Authority may, at its discretion, aggregate the payment for Commissioned Line Items in one or more P2P Demand Orders.

6 General

6.1 Except where specifically stated in the Contract to the contrary, all communications between the Authority and the Contractor under any of paragraphs 1 to 5 above, shall be:

6.1.1 by electronic means using the communications systems provided by P2P and

6.1.2 satisfy the requirements of the Electronic Data Interchange agreement between the Parties set out in the attached DEFFORM 30.

6.2 The Contractor acknowledges that:

6.2.1 P2P is being run by the P2P Provider in accordance with an agreement between the Authority and the P2P Provider.

6.2.2 The Contractor may have to enter into a separate agreement with the P2P Provider or another third party to enable him to participate in P2P for the purposes of this contract.

6.3 Where, in exceptional circumstances, the Authority has an operational requirement to pass to and receive from the Contractor, communications by a method other than P2P:

6.3.1 The Authority will make such reasonable arrangements for the exchange of communications with the Contractor as the Authority may, within its discretion, determine.

6.3.2 The Contractor shall comply with such directions for the implementation of the arrangements as the Authority may from time to time issue to the Contractor.

ANNEX D to MedGS/0004 STATEMENT OF REQUIREMENT PROCEDURE FOR NON-P2P DEMAND ORDERS 1 Orders

1.1 The Authority will issue authorised Demand Orders to the Contractor, generally in the form of DEFFORM 300 (both manually and by electronic means). A Demand Order will detail as a minimum, the Item, quantity required, any special QA requirements, and the packaging and delivery requirements, including timescale and consigning address.

1.2 If the Authority amends or cancels a Demand Order before the delivery date specified in it, the Contractor shall comply with the amended or cancelled demand, provided that this is still reasonably practicable. The Authority will notify the Contractor of a purchase order amendment in writing.

1.3 If the Contractor requests an amendment to a Demand Order received from the Authority, the Authority may:

1.3.1 accept the request, amend the Demand Order as requested and send an Amendment to the Contractor;

1.3.2 reject the request;

1.3.3 cancel the Demand Order by sending an amendment to the Contractor; or

1.3.4 exceptionally, enter into negotiations with the Contractor with a view to agreeing an appropriate amendment to the Demand Order. If the Parties agree the amendment within five Business Days of commencing the negotiations, the Authority shall send a purchase order amendment message to the Contractor. In the event that the Parties fail to agree the amendment within that timescale, the Authority shall cancel the Demand Order.

1.4 Following receipt of a Demand Order, the Contractor shall:

1.4.1 complete MOD Form 640 in accordance with General Notice to Defence Contractors (GNDC ) No 5 (Issue 3), for each shipment in the Demand Order;

1.4.2 attach to or enclose with the packaging in which the Article is delivered to the consignee, the RED copy of MOD Form 640;

1.4.3 not later than the Business Day on which the Article is despatched from the Contractor’s or a sub-Contractor’s premises, send by post the GREEN copy of the completed MOD Form 640 to the relevant address as identified in Annex A;

1.4.4 send by post the BROWN and MAUVE copy of the MOD Form 640 to the relevant Demanding Authority named at Box 2 of the DEFFORM 111; and

1.4.5 retain in his records the yellow copy of the completed MOD Form 640.

1.5 Following receipt of the BROWN copy of completed MOD Form 640, the Authority will:

1.5.1 retain the GREEN copy; 1.5.2 carry out basic administrative validation checks in respect of each Line Item including a comparison of the MAUVE and the BROWN copy of MOD Form 640; and

1.5.3 if satisfied that the requirements are met, receipt the BROWN copy and return it to the Contractor.

1.6 The Contractor may then claim payment for the Article by submitting to the DGFM:

1.6.1 a properly completed Form DAB 10 (in duplicate); and

1.6.2 the receipted BROWN copy of the MOD Form 640 to substantiate his payment claim.

DEFFORM 10 (Edn 12/99) Ministry of Defence Acceptance of Offer of Contract

To: DES Commodities-M&GS-Comrcl-3A

We acknowledge receipt of your Department’s Letter of Offer reference ______dated ______with associated documents and confirm that we accept the offer contained therein. We understand that by accepting the Department’s offer, we are entering into a legally binding contract. We agree that any other terms and conditions or any general reservations, which may be printed on any of our correspondence in connection with this work, shall not be applicable to the contract. We confirm that we are proceeding with the work.

Where the work to be performed under the contract will not be wholly carried out at our premises situated at the address below, details of where the work will be carried out are specified in the “other work” box.

We agree that the contract shall be subject to English Law (DEFCONs 529 and 530) unless we here state a preference for Scots Law (DEFCONs 529a and 530a).

Signed: Dated this ...... day of

...... (month) Name (BLOCK CAPITALS) ...... (year) Address:

Signature of this DEFFORM constitutes acceptance of the Ministry’s offer, thereby creating a legally binding contract In the capacity of: Telephone:

(eg Director, Manager, Company Secretary etc) Fax: Duly authorised to sign contracts for and on (If Scots Law is to apply please sign below.) behalf of: We require that Scots Law shall apply to the Contract

(Signed)......

Nature of other work By whom performed Address Place of work (if other than address)