Notice Information
Notice Title
713661450 - SAWCS SCU In Service Support
Notice Description
The Secretary of State for Defence (the Authority), through the Sonar and Maritime Sensors (SaMS) Project Team within Defence Equipment & Support (DE&S), intends to place a 5.5-year contract, with Ultra Maritime UK (UMUK) for the In-Service Support of the Submarine Acoustic Warfare Control System (SAWCS) Stores Control Unit (SCU). SAWCS is a bespoke Inboard countermeasure control system developed exclusively for Royal Navy (RN) submarines. It is used with Submarine Counter-measure Acoustic Device (SCAD) 101/102 providing defence to RN submarines from hostile torpedoes by providing a torpedo decoy capability. Support will be provided to the RN submarines fitted with SAWCS to maintain availability of the units, including spares maintenance, engineering support and obsolescence management.
Procurement Information
It is considered that the direct award of the contract is lawful pursuant to Section 41 and paragraph 7 of Schedule 5 of the Procurement Act 2023 for additional or repeat goods, works and services. The proposed In-Service Support is a continuation of the existing support provided by UMUK under the current contract. The SCU is a safety-critical piece of equipment that relies on high integrity software to operate. A change in supplier would result in the Authority receiving services that are different from, or incompatible with, the existing services, and the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. In particular: 1. UMUK are the original equipment manufacturer who have the experience and technical expertise to maintain the equipment. A new supplier would need a disproportionate amount of time to build the detailed technical understanding of the intricacies of the SCU and interfaces in order to maintain the safe operation of the equipment from the outset of the contract and throughout its duration, ensuring no gap in operational capability. 2. If the hardware, interfaces or processing architecture change as a result of the Authority receiving a different service, and this in any way impacts on the current software build, the costs of embodying that change would be highly cost-prohibitive and take a disproportionate amount of time to regain safety qualification. Without this qualification the system would not be deemed 'Safe to Operate' and would have to be withdrawn from service. These factors increase the risk that a change of provider would result in difference or incompatibility which would bring about disproportionate technical difficulties in operation or maintenance. For these reasons it is not considered that another provider could meet the required level of support without introducing an unacceptable level of technical, safety and security risk to MOD capability.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0504af
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078869-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50660000 - Repair and maintenance services of military electronic systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £2,712,309 £1M-£10M
- Contracts Value
- £2,438,229 £1M-£10M
Notice Dates
- Publication Date
- 2 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 17 Apr 202510 months ago
- Contract Period
- 5 Nov 2025 - 31 Mar 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFENCE EQUIPMENT AND SUPPORT
- Contact Name
- Not specified
- Contact Email
- moira.duggan314@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078869-2025
2nd December 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/065575-2025
15th October 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/015844-2025
17th April 2025 - Transparency notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0504af-2025-12-02T12:21:30Z",
"date": "2025-12-02T12:21:30Z",
"ocid": "ocds-h6vhtk-0504af",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support",
"identifier": {
"scheme": "GB-PPON",
"id": "PVRL-5831-GLMM"
},
"address": {
"streetAddress": "MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "moira.duggan314@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-14355663",
"name": "Ultra Maritime UK Limited",
"identifier": {
"scheme": "GB-COH",
"id": "14355663"
},
"address": {
"streetAddress": "Knaves Beech Business Centre",
"locality": "High Wycombe",
"postalCode": "HP10 9UT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ13"
},
"contactPoint": {
"email": "jay.mercer@umaritime.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support"
},
"tender": {
"id": "ocds-h6vhtk-0504af",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "713661450 - SAWCS SCU In Service Support",
"description": "The Secretary of State for Defence (the Authority), through the Sonar and Maritime Sensors (SaMS) Project Team within Defence Equipment & Support (DE&S), intends to place a 5.5-year contract, with Ultra Maritime UK (UMUK) for the In-Service Support of the Submarine Acoustic Warfare Control System (SAWCS) Stores Control Unit (SCU). SAWCS is a bespoke Inboard countermeasure control system developed exclusively for Royal Navy (RN) submarines. It is used with Submarine Counter-measure Acoustic Device (SCAD) 101/102 providing defence to RN submarines from hostile torpedoes by providing a torpedo decoy capability. Support will be provided to the RN submarines fitted with SAWCS to maintain availability of the units, including spares maintenance, engineering support and obsolescence management.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "It is considered that the direct award of the contract is lawful pursuant to Section 41 and paragraph 7 of Schedule 5 of the Procurement Act 2023 for additional or repeat goods, works and services. The proposed In-Service Support is a continuation of the existing support provided by UMUK under the current contract. The SCU is a safety-critical piece of equipment that relies on high integrity software to operate. A change in supplier would result in the Authority receiving services that are different from, or incompatible with, the existing services, and the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. In particular: 1. UMUK are the original equipment manufacturer who have the experience and technical expertise to maintain the equipment. A new supplier would need a disproportionate amount of time to build the detailed technical understanding of the intricacies of the SCU and interfaces in order to maintain the safe operation of the equipment from the outset of the contract and throughout its duration, ensuring no gap in operational capability. 2. If the hardware, interfaces or processing architecture change as a result of the Authority receiving a different service, and this in any way impacts on the current software build, the costs of embodying that change would be highly cost-prohibitive and take a disproportionate amount of time to regain safety qualification. Without this qualification the system would not be deemed 'Safe to Operate' and would have to be withdrawn from service. These factors increase the risk that a change of provider would result in difference or incompatibility which would bring about disproportionate technical difficulties in operation or maintenance. For these reasons it is not considered that another provider could meet the required level of support without introducing an unacceptable level of technical, safety and security risk to MOD capability.",
"specialRegime": [
"defenceSecurity"
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"riskDetails": "Advances in technology or possible component obsolescence/failure during the life of the contract could leave the equipment in its current form unable to perform to the operational level required and jeopardise the satisfactory performance of the contract. The mitigation for this risk would be the introduction of a Technology Refresh to the SCUs under this contract to maintain the safe operation of the equipment. This may therefore require in a contract modification in accordance with Paragraph 5 and/or Paragraph 10 of Schedule 8 of the Procurement Act 2023.",
"procurementMethodRationaleClassifications": [
{
"id": "additionalRepeatExtensionPartialReplacement"
}
]
},
"awards": [
{
"id": "1",
"title": "Submarine Acoustic Warfare Control System (SAWCS) Store Control Unit (SCU) In Service Support (ISS)",
"status": "active",
"value": {
"amountGross": 2771991,
"amount": 2712309,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-14355663",
"name": "Ultra Maritime UK Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50660000",
"description": "Repair and maintenance services of military electronic systems"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2025-11-01T00:00:00+00:00",
"endDate": "2031-03-31T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "015844-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015844-2025",
"datePublished": "2025-04-17T11:39:31+01:00",
"format": "text/html"
},
{
"id": "065575-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/065575-2025",
"datePublished": "2025-10-15T13:06:18+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-31T23:59:59+00:00",
"status": "scheduled"
}
],
"date": "2025-10-15T00:00:00+01:00",
"standstillPeriod": {
"endDate": "2025-10-24T23:59:59+01:00"
}
}
],
"language": "en",
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "active",
"period": {
"startDate": "2025-11-05T00:00:00+00:00",
"endDate": "2031-03-31T23:59:59+01:00"
},
"value": {
"amountGross": 2438229.16,
"amount": 2438229.16,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-11-05T00:00:00+00:00",
"noAgreedMetricsRationale": "The Contract value is below PS5M including VAT.",
"documents": [
{
"id": "078869-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078869-2025",
"datePublished": "2025-12-02T12:21:30Z",
"format": "text/html"
}
]
}
]
}