Select Committee on Defence Written Evidence


Memorandum from Defence Manufacturers Association (May 2003)

SMART ACQUISITION, DEFENCE INDUSTRIAL POLICY AND A POSSIBLE US ITAR WAIVER AS THEY AFFECT SMALL/MEDIUM ENTERPRISES

SMART ACQUISITION (SA)

  The overall conclusion of the affect of SA is that it is, probably, delivering improvements to defence procurement for the MoD but at  significant cost to UK contractors, including SMEs, and risk to the UK defence industrial base. Coincidentally the DMA has recently completed its' fourth annual SA survey of member companies. It has confirmed previous findings (see Annex A for key results). On the positive side, relationships between the MoD's Integrated Project Teams (IPTs) and companies are far less adversarial and communications are much better than pre-SA. At the same time excessive transfer of risk to suppliers, increased bureaucracy, difficulties in MoD in dealing with innovative bids and reducing technical knowledge/experience in IPTs are matters of concern—especially to SMEs. Further, companies with generic technology products (eg electronic warfare, NBC) have to deal with many IPTs; an administrative burden for SMEs with limited resources, exacerbated by a lack of common process amongst IPTs.

  The emphasis by the MoD of dealing with Prime Contractors is having considerable impact. Suppliers, especially SMEs, now have far less direct dealing with IPTs, reducing customer knowledge for the former and awareness of some of the best technology and innovation for the latter. At the same time, the increased risks now incurred by Primes are, inevitably, cascaded down their supply chain, to SMEs. The Committee will recall that (as the DIC's recent evidence confirmed) Primes outsource up to 70% of their project business.

  The bureaucracy of the process of MoD procurement has increased substantially under SA as the MoD seeks to reduce risks to time, cost and performance of projects. Additional stages and demands for information from companies have been added to the process. Companies/SMEs are generally required to complete a burdensome amount of paperwork in the process of contracting with MoD. This starts with an Expression of Interest (EOI) from the company in response to an announcement/advertisement in the Defence Contracts Bulletin, which in turn sparks MoD, assuming the company is judged potentially capable of carrying out the work, to require the completion of a Pre-Qualifying Questionnaire (PQQ). The PQQ seeks such details as the company's composition, holding company, Directors, trading background, financial position, quality assurance procedures and experience in dealing with similar work to that which is being considered. Apart from some "Key Suppliers" this PQQ is currently required to be submitted on each and every occasion a company starts a particular bidding process. Thereafter, an Invitation to Tender (ITT) is sent by MoD to companies who have been short listed and in due course supplementary questions and presentation can be sought, before a contract is awarded. There is thus much duplication of information being supplied to the MoD, in the main because of the autonomy of the IPTs.

  Unfortunately there is also a lack of standardisation of many of these processes and SMEs find themselves having often, to provide the same information many times in different formats to different IPTs or Prime contractors. The MoD is aware of this problem and is trying to resolve it, but progress has been very slow. Equally the extra bureaucracy adds, in turn, to the time taken by the IPTs to progress their own assessment stages, particularly where innovative procurement techniques such as PPP and PFI are involved. All of this is adding, considerably, to companies costs of doing business with the MoD.

  The loss of technical knowledge and experience within IPTs is noticeable and of concern to Industry. Companies observe that technical dialogue and understanding of their products and services is more difficult than before. This is perhaps a consequence of the reduction of the MoD in-house technical employment base (that previously included DERA, Quality Assurance staff etc) from which IPT staff can be drawn.

DEFENCE INDUSTRIAL POLICY

  SMEs, along with larger companies in the Defence Industry, have welcomed the Government's Defence Industrial Policy with its declared aim of ensuring the retention of defence technology and jobs in the UK—irrespective of ownership of the companies involved. A major dichotomy arises, however, between this intention and the MoD's increased emphasis on doing business via Prime Contractors. Prime Contractors are put under great budgetary pressures by the MoD, operate globally and will seek systems and sub-systems from wherever in the world they can be procured most cheaply for the benefit of the project in hand. Whilst there are MoD guidelines for the fair and open conduct of business by Prime Contractors, there is currently no clear MoD mechanism for assessing and influencing the Defence Industrial Policy aspects of the procurement decisions of Primes. This is leading to an erosion of capability amongst some well established UK SMEs, with unique products and expertise, and a threat to exports for companies that can no longer claim to be "chosen suppliers to the UK Armed Forces". Furthermore, whilst immediate project value may be delivered, there can be additional whole life costs across the Services as a result of reduced commonality of sub-systems and the need for different training and spares holdings. Ironically, this situation arises most with non-competitive procurements (eg Type 45 Destroyer). For major competitions (such as CVF) there is often political and public guarantee by the bidders, out with the MoD procurement process, of the security of jobs and technology in the UK.

  Within the context of the DIP, SMEs strongly support competition as the bedrock of procurement policy. They are concerned, however, that as a result of the risk reduction policy of IPTs, they are being excluded from bidding, directly, for some MoD business; even where they have a good track record as a previous supplier. In such a case recently not only was the SME excluded but the contract was awarded non-competitively to a large company.

ITAR WAIVER

  An ITAR waiver would be welcome in principle for both Prime Contractors and many SMEs. If offered by the US, our understanding is that participation by UK companies will be voluntary. SMEs have two significant concerns. As is the case for US companies, default or non-compliance carry financial penalties that are so severe that many SMEs will be deterred from participating.

  It is likely, too, that future UK Export Licence Applications will include the need for companies to identify the US content of the items they wish to export and confirm that appropriate US approvals for re-export are in place. For ITAR Waiver participants this will be reasonable. If it is applied to all UK exporters it will place a new and highly onerous burden of monitoring, recording and reporting on non-participants, for no benefit to themselves.



 
previous page contents next page

House of Commons home page Parliament home page House of Lords home page search page enquiries index

© Parliamentary copyright 2003
Prepared 23 July 2003