Scope
Reference
GEL-HE-25372
Description
The services cover end‑to‑end management of biological samples, including receipt, verification and secure storage in controlled ultra‑low‑temperature environments. Samples are processed through a range of laboratory workflows that include DNA and RNA extraction, quality control testing, normalisation, and preparation for downstream sequencing all delivered on a per‑sample basis, there is no fixed maximum number of samples. Additional activities include aliquoting, pooling, reformatting into required labware, and arranging shipments to designated laboratories. Project‑specific workflows may be developed to meet bespoke requirements.
Contract 1. Biorepository and Processing services
Supplier
Contract value
- £1,843,498 excluding VAT
- £2,212,197.60 including VAT
Above the relevant threshold
Earliest date the contract will be signed
27 March 2026
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- 2 years
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The contract does not provide an automatic or unilateral right to make additional purchases; however, it does enable further services or increased volumes to be added through its formal Change Control procedure. Under the formal Change Control Procedure, any expansion of scope-such as additional processing, storage capacity, new workflows, or increased sample batching volumes-must be requested, assessed, and mutually agreed by both parties before becoming contractually binding. This mechanism allows the Authority to procure additional work when needed but only through a structured and approved variation to the existing services.
CPV classifications
- 85111810 - Blood analysis services
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Direct award
Direct award justification
Additional or repeat goods, services or works - extension or partial replacement
The delivery of services under a new contract with the existing supplier is proposed in accordance with Schedule 5, Paragraph 7 of the Procurement Act 2023, which enables a direct award where a change of supplier would result in incompatible goods or services and where such incompatibility would give rise to disproportionate technical difficulties in operation or maintenance. The remaining activity represents a continuation of established work already underway within the programme, and the new contractual arrangement does not introduce any additional or materially altered services.
Transitioning to an alternative supplier at this stage would require substantial changes to embedded methodologies, operational processes and systems integration, resulting in significant incompatibilities with the established technical approach. Crucially, a change of supplier would also necessitate the transportation of a substantial volume of biological samples to a new provider. This introduces a material and unacceptable risk of contamination, loss, degradation or compromise of sample integrity, given the heightened handling requirements, increased logistical steps, and the sensitivity of the sample types involved. Such risks would directly threaten the comparability, consistency and scientific validity of programme outputs.
Managing these transportation risks-alongside the need to migrate complex datasets, workflows and sample handling processes-would introduce disproportionate technical difficulties, as anticipated under Schedule 5, Paragraph 7, and would undermine the robustness of the study's established operational and analytical frameworks. Maintaining service delivery with the incumbent supplier therefore ensures continuity of technical methodologies, operational processes and quality controls, safeguarding the reliability and stability of the remaining programme work.
In these circumstances, awarding a new contract to the existing supplier meets the criteria under Schedule 5, Paragraph 7, as a change in supplier would result in incompatible services and introduce unreasonable and disproportionate technical and logistical difficulties. The direct award is therefore the most appropriate, proportionate and compliant procurement route under the Procurement Act 2023.
Supplier
UK BIOCENTRE LIMITED
- Companies House: 07618653
Java Park Bradbourne Drive
Milton Keynes
MK7 8AT
United Kingdom
Email: info@ukbiocentre.com
Region: UKJ12 - Milton Keynes
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Contract 1. Biorepository and Processing services
Contracting authority
GENOMICS ENGLAND LIMITED
- Companies House: 08493132
- Public Procurement Organisation Number: PBTW-5897-QJGY
Level 21 One Canada Square
London
E14 5AB
United Kingdom
Region: UKI42 - Tower Hamlets
Organisation type: Public authority - central government