Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
UK INDUSTRIAL FUSION SOLUTIONS LTD
14620804
Culham Science Centre
Abingdon
OX143DB
UK
Contact person: William Gibbs
E-mail: william.gibbs@ukifs.uk
NUTS: UKJ14
Internet address(es)
Main address: https://stepfusion.com/about/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Research and Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Operational Procurement & Transition Support
Reference number: PP-UKIFS-558
II.1.2) Main CPV code
79418000
II.1.3) Type of contract
Services
II.1.4) Short description
In 2022, UK Atomic Energy Authority (UKAEA) engaged 4C Associates via the Crown Commercial Service (CCS) Management Consultancy Framework 3 (RM6187).
Following the establishment of UK Industrial Fusion Solutions Ltd (UKIFS) as a separate legal entity in 2023, the contract was novated to UKIFS to ensure continuity of programme delivery.
Since inception, 4C Associates have provided embedded consultancy resource across multiple functional areas within UKIFS, including Commercial, HR, Transformation and Operations.
Importantly, 4C currently manages and delivers the majority of UKIFS' transactional procurement activity. This capability underpins day-to-day operational delivery across IPTs and supports compliance with UK public procurement regulations and internal governance controls.
The CCS Management Consultancy Framework 3 (RM6187) has now expired and has been replaced by CCS Management Consultancy Framework 4 (RM6309).
UKIFS is therefore seeking approval to undertake a 12-month Direct Award under CCS Management Consultancy Framework 4 (RM6309) to 4C Associates in order to:
• Ensure continuity of critical procurement and business operations
• Mitigate delivery and compliance risk
• Maintain organisational capability whilst future commercial operating model options are assessed
Failure to secure continuity would present fundamental operational and programme delivery risk across multiple functions.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 600 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Operational Procurement Continuity - Maintain uninterrupted sourcing, pipeline management and supplier engagement capability to ensure delivery against STEP programme milestones.
Organisational Transition Support - Provide structured oversight of workforce, process and governance alignment to enable stable transition into UKIFS' operating model.
Enterprise Management System (EMS) Maturity - Support the development and formalisation of the UKIFS Enterprise Management System to embed compliant, scalable and auditable processes.
Strategic Workforce & HR Partnering - Deliver HR business partnering to support workforce planning, recruitment and organisational capability development aligned to programme growth.
Supply Chain & Materials Strategy Development - Design and mature a long-term supply chain strategy to ensure market readiness, resilience and alignment with STEP delivery requirements.
Whole Plant Partner (WPP) Mobilisation - Enable mobilisation of WPP workstreams, ensuring procurement readiness, governance controls and delivery alignment.
West Burton Programme Support - Provide on-site commercial and mobilisation support to maintain delivery momentum at the West Burton site.
Digital Delivery & PMO Support - Provide structured programme management support to drive digital transformation initiatives critical to STEP delivery.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the Directive
Explanation
Procurement Route selected:
• Short term: - Direct Award under RM6309 for a 12-month period to ensure continuity of service while longer-term operating model options are assessed.
• Medium term: - Prepare for Further Competition or market re procurement to manage cost pressure and reduce dependency
• This approach balances continuity, compliance, and risk management while avoiding long term lock in at elevated rates.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/03/2026
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
4C Associates Ltd
04018096
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 3 600 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice of England and Wales
London
UK
VI.5) Date of dispatch of this notice
10/03/2026