Notice Information
Notice Title
Provisions of DNA Maxwell Kits
Notice Description
To ensure uninterrupted availability, these kits are managed through the Helix cabinet reordering system--an automated inventory solution that monitors stock levels and facilitates real-time replenishment. This system helps prevent delays or disruptions to clinical operations.The Promega kits are uniquely validated for use with the Maxwell RSC instruments currently deployed across AWMGS laboratories. This validation guarantees that the kits meet the rigorous performance and quality standards required for clinical diagnostics. Due to this specific compatibility, no alternative supplier can provide products that meet the same technical and regulatory specifications.This exclusivity forms the basis of the procurement decision, ensuring continuity of service and compliance with clinical standards. By continuing to source these validated kits, AWMGS safeguards the accuracy, reliability, and regulatory compliance of its genomic testing services--supporting timely and effective patient care.
Procurement Information
The Promega Maxwell RSC kits and Casework Extraction Kits are specifically validated for use with the Maxwell RSC instruments currently deployed across AWMGS laboratories. This validation ensures: Compatibility with existing equipment and workflows. Compliance with stringent clinical diagnostic standards. Reliable performance across a wide range of clinical sample types. These kits are integral to the laboratory's ability to deliver accurate and timely genomic testing. Substituting them with non-validated alternatives would: Risk compromising test accuracy and reliability. Require revalidation, disrupting service delivery and incurring additional costs. Potentially breach regulatory compliance for clinical diagnostics. Unique Work of Art The Promega kits represent a bespoke solution tailored to the Maxwell RSC platform. Their unique formulation and design: Cannot be replicated by other suppliers. Are not available through generic or alternative sources. Form an essential part of a closed-loop system that includes automated inventory management via the Helix cabinet reordering system. This exclusivity ensures continuity of service, minimises operational risk, and supports the delivery of high-quality patient care.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ddf2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078544-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33696500 - Laboratory reagents
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £401,048 £100K-£500K
- Contracts Value
- £401,047 £100K-£500K
Notice Dates
- Publication Date
- 1 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 3 Nov 20253 months ago
- Contract Period
- 1 Jan 2026 - 31 Dec 2028 3-4 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
- CARDIFF AND VALE UNIVERSITY HEALTH BOARD
- Additional Buyers
NHS WALES SHARED SERVICES PARTNERSHIP (HOSTED BY VELINDRE UNIVERSITY NHS TRUST) ROLE IN NWSSP
- Contact Name
- Nicola Williams
- Contact Email
- corporate.services2@wales.nhs.uk, nicola.williams33@wales.nhs.uk
- Contact Phone
- +442921500649
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF14 4HH
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL51 Central Valleys and Bridgend
- Delivery Location
- Not specified
-
- Local Authority
- Rhondda Cynon Taf
- Electoral Ward
- Taff's Well
- Westminster Constituency
- Cardiff North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078544-2025
1st December 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072594-2025
11th November 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072505-2025
10th November 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-05ddf2-2025-12-01T14:49:23Z",
"date": "2025-12-01T14:49:23Z",
"ocid": "ocds-h6vhtk-05ddf2",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PPPR-7969-BTJG",
"name": "Cardiff and Vale University Health Board",
"identifier": {
"scheme": "GB-PPON",
"id": "PPPR-7969-BTJG"
},
"address": {
"streetAddress": "Woodland House, Maes-y-Coed Road",
"locality": "Cardiff",
"postalCode": "CF14 4HH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL22"
},
"contactPoint": {
"name": "Nicola Williams",
"email": "nicola.williams33@wales.nhs.uk",
"telephone": "+442921500649"
},
"roles": [
"buyer"
],
"details": {
"url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PXWV-6492-CGMN",
"name": "NHS Wales Shared Services Partnership (hosted by Velindre University NHS Trust) role in NWSSP",
"identifier": {
"scheme": "GB-PPON",
"id": "PXWV-6492-CGMN"
},
"address": {
"streetAddress": "4-5 Charnwood Court Heol Billingsley",
"locality": "Cardiff",
"postalCode": "CF15 7QZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL15"
},
"contactPoint": {
"email": "Corporate.Services2@wales.nhs.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "The NHS Wales Shared Services Partnership (NWSSP) plays a vital role in supporting NHS Wales by delivering a wide range of professional, technical, and administrative services. It is hosted by Velindre University NHS Trust, which means Velindre provides the governance and infrastructure to support NWSSP's operations, but NWSSP itself serves all NHS organisations across Wales."
},
{
"id": "GB-PPON-PXJY-2454-CZWD",
"name": "Promega UK LTD",
"identifier": {
"scheme": "GB-PPON",
"id": "PXJY-2454-CZWD"
},
"address": {
"streetAddress": "2 Benham Road",
"locality": "Hampshire",
"postalCode": "SO16 7QJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ36"
},
"contactPoint": {
"email": "robert.bell@promega.com",
"telephone": "07384259290"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PPPR-7969-BTJG",
"name": "Cardiff and Vale University Health Board"
},
"tender": {
"id": "CAV-DIR (25-26) 134",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Provisions of DNA Maxwell Kits",
"description": "To ensure uninterrupted availability, these kits are managed through the Helix cabinet reordering system--an automated inventory solution that monitors stock levels and facilitates real-time replenishment. This system helps prevent delays or disruptions to clinical operations.The Promega kits are uniquely validated for use with the Maxwell RSC instruments currently deployed across AWMGS laboratories. This validation guarantees that the kits meet the rigorous performance and quality standards required for clinical diagnostics. Due to this specific compatibility, no alternative supplier can provide products that meet the same technical and regulatory specifications.This exclusivity forms the basis of the procurement decision, ensuring continuity of service and compliance with clinical standards. By continuing to source these validated kits, AWMGS safeguards the accuracy, reliability, and regulatory compliance of its genomic testing services--supporting timely and effective patient care.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "The Promega Maxwell RSC kits and Casework Extraction Kits are specifically validated for use with the Maxwell RSC instruments currently deployed across AWMGS laboratories. This validation ensures: Compatibility with existing equipment and workflows. Compliance with stringent clinical diagnostic standards. Reliable performance across a wide range of clinical sample types. These kits are integral to the laboratory's ability to deliver accurate and timely genomic testing. Substituting them with non-validated alternatives would: Risk compromising test accuracy and reliability. Require revalidation, disrupting service delivery and incurring additional costs. Potentially breach regulatory compliance for clinical diagnostics. Unique Work of Art The Promega kits represent a bespoke solution tailored to the Maxwell RSC platform. Their unique formulation and design: Cannot be replicated by other suppliers. Are not available through generic or alternative sources. Form an essential part of a closed-loop system that includes automated inventory management via the Helix cabinet reordering system. This exclusivity ensures continuity of service, minimises operational risk, and supports the delivery of high-quality patient care.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "singleSuppliersUniqueWorkArtPerformance"
}
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"riskDetails": "The procurement of Promega Maxwell RSC kits for AWMGS is governed by contract terms that ensure validated compatibility with existing laboratory instruments, regulatory compliance, and uninterrupted supply through the Helix cabinet system. Key provisions include fixed pricing, defined delivery schedules, and performance standards aligned with clinical diagnostics. Risks associated with single supplier dependency, supply chain disruption, and regulatory changes are mitigated through automated inventory monitoring, contingency planning, and regular supplier performance reviews, ensuring continuity and reliability in patient testing services."
},
"awards": [
{
"id": "1",
"title": "Provision of DNA Maxwell Kits",
"status": "active",
"value": {
"amountGross": 481263,
"amount": 401048,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PXJY-2454-CZWD",
"name": "Promega UK LTD"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33696500",
"description": "Laboratory reagents"
}
],
"deliveryAddresses": [
{
"region": "UKL22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL22",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "072505-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072505-2025",
"datePublished": "2025-11-10T15:32:36Z",
"format": "text/html"
},
{
"id": "072594-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072594-2025",
"datePublished": "2025-11-11T08:14:35Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-11-24T23:59:59+00:00",
"status": "scheduled"
}
],
"date": "2025-11-03T00:00:00+00:00",
"standstillPeriod": {
"endDate": "2025-11-20T23:59:59+00:00"
}
}
],
"language": "en",
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Provisions of DNA Maxwell Kits",
"status": "active",
"period": {
"startDate": "2026-01-01T00:00:00+00:00",
"endDate": "2028-12-31T23:59:59+00:00"
},
"value": {
"amountGross": 481263.43,
"amount": 401047.5,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-11-24T00:00:00+00:00",
"documents": [
{
"id": "A-8615",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8615",
"format": "application/pdf"
},
{
"id": "078544-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078544-2025",
"datePublished": "2025-12-01T14:49:23Z",
"format": "text/html"
}
]
}
]
}