Award

Provisions of DNA Maxwell Kits

  • Cardiff and Vale University Health Board

UK5: Transparency notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-072505

Procurement identifier (OCID): ocds-h6vhtk-05ddf2 (view related notices)

Published 10 November 2025, 3:32pm



Scope

Reference

CAV-DIR (25-26) 134

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.


Contract 1. Provisions of DNA Maxwell Kits

Supplier

Contract value

  • £401,047.50 excluding VAT
  • £481,263.45 including VAT

Above the relevant threshold

Earliest date the contract will be signed

28 November 2025

Contract dates (estimated)

  • 1 January 2026 to 31 December 2028
  • 3 years

Main procurement category

Goods

CPV classifications

  • 33696500 - Laboratory reagents

Contract locations

  • UKL22 - Cardiff and Vale of Glamorgan

Other information

Description of risks to contract performance

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

  • Single supplier - technical reasons
  • Single supplier - unique work of art or performance

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.


Supplier

Promega UK LTD

  • Public Procurement Organisation Number: PXJY-2454-CZWD

2 Benham Road

Hampshire

SO16 7QJ

United Kingdom

Telephone: 07384259290

Email: robert.bell@promega.com

Region: UKJ36 - Central Hampshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Contract 1. Provisions of DNA Maxwell Kits


Contracting authority

Cardiff and Vale University Health Board

  • Public Procurement Organisation Number: PPPR-7969-BTJG

Woodland House, Maes-y-Coed Road

Cardiff

CF14 4HH

United Kingdom

Contact name: Nicola Williams

Telephone: +442921500649

Email: Nicola.williams33@wales.nhs.com

Website: http://nwssp.nhs.wales/ourservices/procurement-services/

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

NHS Wales Shared Services Partnership (hosted by Velindre University NHS Trust)

Summary of their role in this procurement: 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.

  • Public Procurement Organisation Number: PXWV-6492-CGMN

Unit 2, Charnwood Court, Heol Billingsley,

Cardiff

CF15 7QZ

United Kingdom

Region: UKL15 - Central Valleys


Contact organisation

Contact Cardiff and Vale University Health Board for any enquiries.