Tender

Brain Health Community Assessment for Trials Service

  • HEALTH DATA RESEARCH UK
  • UK DRI LTD

F02: Contract notice

Notice identifier: 2025/S 000-006132

Procurement identifier (OCID): ocds-h6vhtk-04c2ea

Published 20 February 2025, 11:52am



Section one: Contracting authority

one.1) Name and addresses

HEALTH DATA RESEARCH UK

215 Euston Road

LONDON

NW12BE

Email

dtaprocurement@hdruk.ac.uk

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Charity Commission (England and Wales)

1194431

Internet address(es)

Main address

https://www.hdruk.ac.uk/

one.1) Name and addresses

UK DRI LTD

338 Euston Road

London

NW1 3BT

Email

dtaprocurement@hdruk.ac.uk

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Charity Commission (England and Wales)

1179589

Internet address(es)

Main address

https://ukdri.ac.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.hdruk.ac.uk/jobs/brain-health-clinical-trials-data-augmentation-service/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.hdruk.ac.uk/jobs/brain-health-clinical-trials-data-augmentation-service/

one.4) Type of the contracting authority

Other type

Charity in receipt of public funding

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Brain Health Community Assessment for Trials Service

Reference number

HDRUK2024.0413

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Health Data Research UK (HDR UK) and UK Dementia Research Institute (UK DRI) are working in partnership to deliver the Dementia Trials Accelerator (DTA). The DTA, supporting the Government's Dame Barbara Windsor Dementia Goals programme and funded by the Medical Research Council (MRC), aims to rapidly identify a large group of people who are at risk of, or diagnosed with, early-stage dementia. This will boost opportunities for these people to participate in clinical trials, improve research inclusion and reduce the high screening failure rates currently observed in dementia trials.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services
  • 73210000 - Research consultancy services
  • 75122000 - Administrative healthcare services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Programme Vision:

The DTA vision is for the UK to become the destination of choice for late-phase clinical trials in dementia and neurodegenerative diseases. The aims of the DTA are to:

1. Increase trial recruitment by identifying potential participants in trials by creating a "biomarker toolbox". This toolbox will incorporate one or more of: genetic or clinical risk scores, blood-based biomarkers and clinical measurements of subjects living with or at risk of dementia and related neurodegenerative disorders

2. Work with existing UK patient or population cohorts to approach people for clinical trials to identify potential participants

3. Accelerate low-cost delivery identification of potential participants in dementia and neurodegenerative trials with community-based, digitally enabled, trial pre-screening

4. Accelerate collaborative neurodegenerative research through assembly of a secure UK-wide AI-enabled data platform that makes multi-dimensional FAIR (findable, accessible, interoperable, reusable) through trustworthy and secure data environment(s)

5. Prioritise the needs of industry innovators, patients and the public with an iterative engagement with stakeholders

Service Required:

Brain Health Community Assessment for Trials Service is central to this vision. It will provide pre-screening for a range of dementia and neurodegenerative clinical trials close to where people live as recommended by the O'Shaughnessy Review. The appointed provider will deliver comprehensive services, including:

1. Appointment booking system that enables participants to book appointments directly through a portal;

2. Booking system able to receive information from and interface via secure integration with data partners;

3. Telephone and email support with appointment booking if needed by participants;

4. Identity check and verifying or obtaining informed consent;

5. Complete 10,000 appointments - one appointment per participant to deliver;

• community phlebotomy service;

• digital cognitive and 'day-to-day function' assessment performed using electronic device in a quiet location;

• physical measurements: height, weight, blood pressure;

6. Blood sample processing;

7. Sample storage, tracking and shipment to a chosen UK location(s)

8. Data collection, storage and sharing.

The service required will be a pilot with appointments across England, with plans to expand to underserved areas. The aim is to identify up to 10,000 potential trial participants over one year.

Providers must ensure accessibility and provide flexible service times which accommodates those who have daytime commitments. They must also comply with regulatory standards for sample handling, participant confidentiality, and data security.

This procurement marks the first phase of a broader initiative, future phases of which will include coverage of the four nations of the UK, subject to a separate procurement process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-039398

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 April 2025

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 April 2025

Local time

2:00pm

Information about authorised persons and opening procedure

The Authorities do not have use of a tendering portal for this procurement, or sufficient controls for receipt of physical tenders via post.

Tenders are to be submitted via email, contained within a single .zip folder attachment, and password protected (locked). Only locked Tenders received via email will be accepted. Passwords must not be provided to the Authorities prior to the submission deadline.

Only locked Tenders received via email by the submission deadline will be accepted. After the deadline, the Authorities will log received locked Tenders and contact Tenderers via email to request passwords. These must be supplied promptly upon request, but not prior to the deadline. This will ensure that the Authorities will not be able to access or open Tenders before the deadline.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service (Cabinet Office)

London

Country

United Kingdom