Notice Information
Notice Title
Magnets Partner Agreement
Notice Description
The Contract shall engage Tokamak Energy Ltd in three capacities: (a) UK Magnet Champion; (b) ST40 Device Owner and Operator; and (c) Supporting Fusion Capability and Capacity, as set out below, together constituting a combined capability able to deliver all required elements. (A)UK Magnet Champion TE will be appointed to act as prime contractor, managing delivery on behalf of UKIFS of deliverables including the following, to be taken forward on a best for programme basis: *Sub-scale S coil demonstration; *Conceptual design of selected poloidal field ("PF") coil and delivery roadmap; *Development of full-scale TF cable manufacturing capability; *HTS tape quality control methodology and implementation proposal. Further deliverables may include: *Toroidal field ("TF") model coil fully manufactured and integrated; *use of TE's test facilities for demonstrator coil testing; *provision of independent design review services, to be agreed between parties. *Development of the Magnets (and associated) industrial sectors and supply chains. (B)ST40 Device Owner and Operator The Contract will provide for access, targeted modification, utilisation and simulation regarding ST40 in order to advance the understanding of edge plasma, tokamak exhaust and microwave plasma physics for STEP. (C)Supporting Fusion Capability and Capacity The Contract will also include a mechanism for UKIFS to engage TE to provide supporting capability and services relating to high field, spherical tokamak physics, technology and engineering development. This shall include, but is not limited to: sensors, electron cyclotron heating and current drive, tokamak design integration and testing.
Procurement Information
This direct award is justified under section 41(1) and Schedule 5 of the Procurement Act 2023: *Single supplier - intellectual property or exclusive rights *Single supplier - technical reasons *Additional or repeat goods, services or works Additionally, and in the alternative, the exemption for national security at Schedule 2 paragraph 25 of the Procurement Act 2023 is applicable. UKIFS intends to directly award this contract under Section 41 of the Procurement Act 2023, relying on Schedule 5 (Direct award justifications) paragraphs 5 and 6 "Single suppliers" grounds because: 1.Due to an absence of competition for technical reasons, only Tokamak Energy Ltd can supply the Professional Services and only Tokamak Energy Ltd holds the necessary intellectual property rights. Tokamak Energy Ltd holds unique technical knowledge, proprietary intellectual property, and system-level understanding of the existing architecture, supported by specialist methodologies, tooling, facilities, and integration approaches. 2.Only Tokamak Energy Ltd can supply the Professional Services required as it is the only supplier with the capability, technical expertise, and manufacturing maturity necessary to deliver the requirement to the required standard. 3.There are no reasonable alternatives. Market engagement was undertaken to assess the availability of alternatives and confirmed that no reasonable alternatives exist to the Professional Services .No other organisation possesses the combination of fusion-specific expertise, design authority, specialist facilities, and relevant intellectual property required to meet the requirements. The works must interface directly with existing Tokamak Energy Ltd designed equipment and comply with strict interoperability and safety requirements. Introducing an alternative supplier would require extensive reverse engineering, redesign, and requalification, creating disproportionate cost, material programme delay, and increased technical and delivery risk. Furthermore, no other firm globally has an available and operational Tokamak Reactor (and as such cannot fulfil the requirements of the contract). In addition to the above justification, as the contract relates to an extension of existing goods, services or works provided by Tokamak Energy Ltd under an existing contract the direct award justification in Schedule 5 paragraph 7 also applies. This is because: 1.A change in supplier from Tokamak Energy Ltd would result in UKIFS receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works. A change in supplier would result in interoperability and safety issues with existing systems as the works must interface directly with existing Tokamak Energy Ltd designed equipment. 2.A change in supplier would result in disproportionate technical difficulties with operation because it would require extensive reverse engineering, redesign, and requalification, creating disproportionate cost, material programme delay, and increased technical and delivery risk. In addition (and in the alternative) to the above direct award justifications, the contract should not, in the interests of national security, be subject to open competition (Procurement Act 2023 Schedule 2 paragraph 25). This is because the requirement involves technologies and associated data of a strategically sensitive nature. Conducting an open competition would create an unacceptable risk of exposing security-critical information and could require engagement with suppliers unable to meet essential sovereign capability, assurance, or compliance requirements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067416
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028125-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
-
- CPV Codes
71300000 - Engineering services
71320000 - Engineering design services
71632000 - Technical testing services
72244000 - Prototyping services
73000000 - Research and development services and related consultancy services
73100000 - Research and experimental development services
73110000 - Research services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £70,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Mar 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 25 Mar 20261 weeks ago
- Contract Period
- 14 Apr 2026 - 14 Apr 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK FUSION ENERGY LTD
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- ABINGDON
- Postcode
- OX14 3DB
- Post Town
- Oxford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ14 Oxfordshire CC
- Delivery Location
- Not specified
-
- Local Authority
- South Oxfordshire
- Electoral Ward
- Sandford & the Wittenhams
- Westminster Constituency
- Didcot and Wantage
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/028125-2026
26th March 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/027488-2026
25th March 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/027449-2026
25th March 2026 - 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-067416-2026-03-26T16:12:44Z",
"date": "2026-03-26T16:12:44Z",
"ocid": "ocds-h6vhtk-067416",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PCRM-7973-DCBL",
"name": "UK Fusion Energy Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PCRM-7973-DCBL"
},
"address": {
"streetAddress": "Culham Science Centre",
"locality": "Abingdon",
"postalCode": "OX14 3DB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ14"
},
"contactPoint": {
"name": "Ema Burden",
"email": "ema.burden@ukifs.uk",
"telephone": "+44 1235 464381"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-COH-07054929",
"name": "Tokamak Energy Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "07054929"
},
"address": {
"streetAddress": "173 Brook Drive, Milton Park,",
"locality": "Abingdon",
"postalCode": "OX14 4SD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ14"
},
"contactPoint": {
"name": "Ross Morgan",
"email": "ross.morgan@tokamakenergy.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PCRM-7973-DCBL",
"name": "UK Fusion Energy Ltd"
},
"tender": {
"id": "ocds-h6vhtk-067416",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Magnets Partner Agreement",
"description": "The Contract shall engage Tokamak Energy Ltd in three capacities: (a) UK Magnet Champion; (b) ST40 Device Owner and Operator; and (c) Supporting Fusion Capability and Capacity, as set out below, together constituting a combined capability able to deliver all required elements. (A)UK Magnet Champion TE will be appointed to act as prime contractor, managing delivery on behalf of UKIFS of deliverables including the following, to be taken forward on a best for programme basis: *Sub-scale S coil demonstration; *Conceptual design of selected poloidal field (\"PF\") coil and delivery roadmap; *Development of full-scale TF cable manufacturing capability; *HTS tape quality control methodology and implementation proposal. Further deliverables may include: *Toroidal field (\"TF\") model coil fully manufactured and integrated; *use of TE's test facilities for demonstrator coil testing; *provision of independent design review services, to be agreed between parties. *Development of the Magnets (and associated) industrial sectors and supply chains. (B)ST40 Device Owner and Operator The Contract will provide for access, targeted modification, utilisation and simulation regarding ST40 in order to advance the understanding of edge plasma, tokamak exhaust and microwave plasma physics for STEP. (C)Supporting Fusion Capability and Capacity The Contract will also include a mechanism for UKIFS to engage TE to provide supporting capability and services relating to high field, spherical tokamak physics, technology and engineering development. This shall include, but is not limited to: sensors, electron cyclotron heating and current drive, tokamak design integration and testing.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "This direct award is justified under section 41(1) and Schedule 5 of the Procurement Act 2023: *Single supplier - intellectual property or exclusive rights *Single supplier - technical reasons *Additional or repeat goods, services or works Additionally, and in the alternative, the exemption for national security at Schedule 2 paragraph 25 of the Procurement Act 2023 is applicable. UKIFS intends to directly award this contract under Section 41 of the Procurement Act 2023, relying on Schedule 5 (Direct award justifications) paragraphs 5 and 6 \"Single suppliers\" grounds because: 1.Due to an absence of competition for technical reasons, only Tokamak Energy Ltd can supply the Professional Services and only Tokamak Energy Ltd holds the necessary intellectual property rights. Tokamak Energy Ltd holds unique technical knowledge, proprietary intellectual property, and system-level understanding of the existing architecture, supported by specialist methodologies, tooling, facilities, and integration approaches. 2.Only Tokamak Energy Ltd can supply the Professional Services required as it is the only supplier with the capability, technical expertise, and manufacturing maturity necessary to deliver the requirement to the required standard. 3.There are no reasonable alternatives. Market engagement was undertaken to assess the availability of alternatives and confirmed that no reasonable alternatives exist to the Professional Services .No other organisation possesses the combination of fusion-specific expertise, design authority, specialist facilities, and relevant intellectual property required to meet the requirements. The works must interface directly with existing Tokamak Energy Ltd designed equipment and comply with strict interoperability and safety requirements. Introducing an alternative supplier would require extensive reverse engineering, redesign, and requalification, creating disproportionate cost, material programme delay, and increased technical and delivery risk. Furthermore, no other firm globally has an available and operational Tokamak Reactor (and as such cannot fulfil the requirements of the contract). In addition to the above justification, as the contract relates to an extension of existing goods, services or works provided by Tokamak Energy Ltd under an existing contract the direct award justification in Schedule 5 paragraph 7 also applies. This is because: 1.A change in supplier from Tokamak Energy Ltd would result in UKIFS receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works. A change in supplier would result in interoperability and safety issues with existing systems as the works must interface directly with existing Tokamak Energy Ltd designed equipment. 2.A change in supplier would result in disproportionate technical difficulties with operation because it would require extensive reverse engineering, redesign, and requalification, creating disproportionate cost, material programme delay, and increased technical and delivery risk. In addition (and in the alternative) to the above direct award justifications, the contract should not, in the interests of national security, be subject to open competition (Procurement Act 2023 Schedule 2 paragraph 25). This is because the requirement involves technologies and associated data of a strategically sensitive nature. Conducting an open competition would create an unacceptable risk of exposing security-critical information and could require engagement with suppliers unable to meet essential sovereign capability, assurance, or compliance requirements.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersIntellectualPropertyExclusiveRights"
},
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "additionalRepeatExtensionPartialReplacement"
}
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 84000000,
"amount": 70000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-07054929",
"name": "Tokamak Energy Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "72244000",
"description": "Prototyping services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73100000",
"description": "Research and experimental development services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-04-15T00:00:00+01:00",
"endDate": "2029-04-14T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract includes an option to extend for a further two years, exercisable as two separate one-year extensions, up to 31st March 2031."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "027449-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027449-2026",
"datePublished": "2026-03-25T15:39:04Z",
"format": "text/html"
},
{
"id": "027488-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/027488-2026",
"datePublished": "2026-03-25T16:09:24Z",
"format": "text/html"
},
{
"id": "028125-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028125-2026",
"datePublished": "2026-03-26T16:12:44Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-04-14T23:59:59+01:00",
"status": "scheduled"
}
],
"title": "Magnets Partner Agreement",
"date": "2026-03-25T00:00:00+00:00",
"standstillPeriod": {
"endDate": "2026-04-08T23:59:59+01:00"
}
}
],
"language": "en"
}