Award

713661450 - SAWCS SCU In Service Support

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

Award

02 Dec 2025 at 12:21

Award

15 Oct 2025 at 12:06

Award

17 Apr 2025 at 10:39

Summary of the contracting process

The procurement process initiated by the Defence Equipment and Support (DE&S), a central government public authority, involves a contract for the In-Service Support of the Submarine Acoustic Warfare Control System (SAWCS) Stores Control Unit (SCU). The contract, valued at £2,438,229.16, spans a period from 5th November 2025 to 31st March 2031. The procurement is categorised under defence and security, with specific repair and maintenance services of military electronic systems in focus. Located in Bristol, UK, the procurement has reached the award stage, with Ultra Maritime UK Limited, the original equipment manufacturer, selected through a direct award method due to the critical technical, safety, and security requirements of the system, preventing changes in supplier.

This tender provides an excellent opportunity for businesses specialising in military electronic systems repair and maintenance, particularly those with expertise in high-integrity software for complex defence projects. While the direct award continues the existing support, companies capable of offering complementary services, such as advanced technology refresh solutions or additional engineering support, have the potential to explore collaboration opportunities with Ultra Maritime UK Limited and DE&S. The business growth potential lies in maintaining technological advancement, ensuring operational safety, and enhancing defence capabilities, all crucial for the Royal Navy’s strategic operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

ULTRA MARITIME

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
                }
            ]
        }
    ]
}