Digital Product Passport (DPP)

Open

Buyers

Value

£410,000

Classifications

  • Data-processing machines (hardware)
  • Smart cards
  • Smart card readers
  • Combined smart card and fingerprint readers
  • Data services
  • Information technology services
  • Research and development services and related consultancy services
  • Research and experimental development services
  • Research and development consultancy services
  • Design and execution of research and development

Tags

  • tender

Submission Deadline

3 weeks from now

Published

13 hours ago

Description

The University of Sheffield’s Advanced Manufacturing Research Centre (AMRC) is considering the future procurement of a robotic cell to support research into Digital Product Passports (DPPs)—digital records that capture key data about a product’s materials, manufacturing history, and end-of-life options.
The proposed robotic cell would be located at our Factory 2050 facility and used to demonstrate automated disassembly of an electric motor. The system would read and write data throughout the process to support research into circular manufacturing and highlight how DPPs can enable more sustainable industrial practices.
The cell will also act as a demonstration platform for UK manufacturers, showcasing cutting-edge technologies that support the development and use of DPPs.
Any subsequent procurement process will be conducted in accordance with the Procurement Act 2023, ensuring transparency, equal treatment, and open competition.
If you have any questions or comments in relation to this tender they must be submitted via the In-tend System, this can be accessed at https://in-tendhost.co.uk/Sheffield
Closing date for receipt of tender return: August 13th, 2025 at 12:00 noon (UK Time)

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DDAI/010 Digital Decision Accelerators for Defence (DDAD) Open Framework

The Ministry of Defence (MOD) is intending to launch a procurement for a new Defence and Security Open Framework specially designed to encourage the development, and accelerants of, advanced digital 'Decision' capabilities. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional ‘closed’ frameworks where after a single competition process suppliers are ‘locked’ in or out of a framework for its full duration. This Open Framework will operate as the main delivery mechanism for ASGARD; the British Army's flagship Transformative Capability Initiative (TCI). This project will deliver a central part of the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy. This Open Framework will focus on the 'Decide' element of the target acquisition cycle (Sense-Decide-Effect); supporting ASGARD’s goal of reinventing, and transforming, how land forces deliver operational decision-support and decision-making software via the use of modern Artificial Intelligence / Machine Learning (AI/ML) technologies. More information, including the final scope of this framework, will become available in the future publishing of the Tender Notice and associated Tender Documents (anticipated in Q3 of 2025). Over four (4) core years (with options to extend), the estimated value of this framework is estimated to be £180,000,000.00. This figure is purely indicative and is not a comittment to spend, and is subject to amendment prior to the publishing of the Tender Notice and associated Tender Documentation. The MOD has duly considered the use of lots in this framework and has provided the details of proposed lots below. These lots, and the procurement process, will be suitable for Small to Medium Enterprises (SMEs) to bid for. Suppliers will be able to bid against multiple lots and, if successful, be awarded onto multiple. Please be aware that the MOD will not be providing additional time for Suppliers bidding onto multiple lots during the tender process. Supplier Feedback on Lots: Suppliers are invited to provide voluntary feedback on the lot names, number of places, and descriptions for the MODs consideration. If a Supplier is interested in providing feedback, they must do so by the 13th June 2025, at 17:00. Feedback must be limited to the lots and must be submitted via the MS Form provided, in Section 2 and Section 3 (LINK HAS NOW EXPIRED). Please note that the MOD reserves the right to consider feedback and to alter, amend, or remove lots entirely on that basis. The final lots will be made clear in the Tender Notice and associated Tender Documents. Supplier Invitation to Bidders Conference: The MOD is planning to hold a virtual Bidders Conference for prospective Suppliers to attend (no commitment to bid required to attend). A date has not yet been confirmed for this event; however, the MOD will endeavour to provide as much notice as possible and in any event more than two (2) weeks. To promote principles of equal treatment and transparency, this session will be recorded and can made available to Suppliers who request it or are unable to attend. The Bidders Conference will include a brief introduction from the Project Team and a run through of the process from the Commercial Team. The intention of this session is three-fold, namely: (1) to explain how Suppliers, especially Small to Medium Enterprises (SMEs), can get involved in this opportunity, (2) to promote a common understanding of the program’s goals, and (3) to set the behaviours that MOD and Suppliers can expect from each other. While a date is not confirmed for the Bidders Conference, should your organisation wish to attend please complete the MS Form, Section 1, so that the MOD may contact you once a date is confirmed (UPDATED LINK FOR NEW SUPPLIERS 16/06/2025: https://forms.office.com/e/0i7aVDDiwC).

Katy Reed

Published 8 hours ago
Open

PS25128: UKSAC25_0044 – Inter-Agency Space Debris Coordination Committee (IADC) 2025-26 Studies

The final date and time for the submission of bids is Monday 11th August 2025 at 14:00hrs DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Brief Description of Requirement The Office of the Chief Engineer (OCE) within the UK Space Agency is intending to procure delivery partners across different studies to feed into on-going research at the Inter-Agency Space Debris Coordination Committee (IADC). The funding for the research associated with the IADC fits into a broader set of activities on Space Sustainability being led by UKSA and Department for Science, Innovation and Technology (DSIT) space directorate. The IADC consists of 13-member space agencies that perform technical research to inform key outputs which provide insights on how to mitigate the impact of space debris impact on the environment. The research performed by the IADC is split across four workings groups – measurements, environment and database protection and mitigation – and the research studies sought within this procurement will support on-going research across these working groups. The UK delegation to IADC is led by UKSA and is composed of cross-Government experts including representatives from the Civil Aviation Authority (CAA) spaceflight regulator alongside members of academia. The UK delegation does not directly have participation of industry to ensure that the research performed remains impartial. However, industry groups are not precluded from bidding for the work described in this specification the work though will be presented as UK delegation inputs. Outside of this procurement the UKSA is seeking to review the state of UK research into space debris by academic entities. Within this procurement UKSA is seeking suppliers to perform technical studies of relevance to the four IADC working groups. We will require the supplier to fulfil the specification, including defining framework/model where needed and putting theoretical metrics into practice. This requirement is split into four lots, each related to a different technical area. Some lots contain multiple studies. Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal. This contract will be awarded based on the evaluation criteria as set out in the RFP document. How to Apply UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/. Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS25128 and Jaggaer ITT reference number ITT_2212.

Katy Reed

Published 12 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete