Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Future Automated Aircraft Assembly Demonstrator (ITT/653).

  • First published: 31 January 2015
  • Last modified: 31 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The University of Nottingham
Authority ID:
AA20987
Publication date:
31 January 2015
Deadline date:
26 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

To support the growing portfolio of research projects at the Centre for Aerospace Manufacturing (CAM) the University of Nottingham is making a strategic capability investment in the area of advanced informatics-enabled manufacturing. The aim is to develop a unique new research demonstrator of future automated aircraft assembly processes and systems. The demonstrator will have the capability to assemble at least 2 different aerospace products with scope to address other manufacturing domains in the future such as automotive, naval and energy.

The scope of the research demonstrator has been defined in a partnership with strategic global industrial partners including Airbus, BAE Systems, GE Aviation and GKN. The demonstrator will be specifically focused on future reconfigurable assembly systems including automated drilling, bonding and fastening processes, highly flexible and adaptable tooling and fixtures and analytical data intensive component and process tracking and validation.

The research demonstrator will include as a minimum the following key elements:

A.

Demonstrator IT Infrastructure

The demonstrator IT infrastructure consisting of Portal Interface, Component Data Monitor, is required to integrate robotic, human and tooling elements and provide key functions such as control, monitoring, communication, data processing and performance monitoring.

B.

Data Capture, Position Monitoring and Inspection Infrastructure

1 of the critical components in the demonstrator is the data capture, monitoring and communication infrastructure. The required equipment includes novel devices to provide capability for accurate position tracking and measurement, and the means to present this to relevant users.

C.

Tooling Set

A selection of robot tools and auxiliary equipment has been requested to support a variety of applications ranging from drilling and machining heads to sealant dispensers and grippers.

D.

Robotic Equipment

Relevant robotics equipment will be integrated within the overall process and informatics infrastructure to deliver highly adaptive processes with enhanced precision and reliability. A carefully selected set of robots will be required to provide the capability to test new robotic concepts in cooperation, data exchange, human — robot interactions and hybrid decision making, teleportation, plug and produce integration, social learning, configuration and adaptation.

Priority will be given to solutions offering next generation equipment that can demonstrate significant step changes in technology. As a guide the budget for Phase 1 of the Future Automated Aircraft Assembly Demonstrator is circa GBP 1 000 000.

Tenderers are invited to bid for all work packages (e.g. WP1, 2, 3, 4, 5 and 6), individual work packages (e.g. WP 2) or any number of sub-work packages (e.g. WP1.2).

19 (nineteen) of the total 27 (twenty-seven ) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

Summary of Work Packages

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


University of Nottingham

Kings Meadow Campus Lenton Lane

Nottingham

NG7 2NR

UK

https://www.in-tendhost.co.uk/universityofnottingham/ / PROC ITT/653



helen.forsythe@nottingham.ac.uk


http://www.nottingham.ac.uk

https://www.in-tendhost.co.uk/universityofnottingham/
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Future Automated Aircraft Assembly Demonstrator (ITT/653).

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance



UKF14

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

To support the growing portfolio of research projects at the Centre for Aerospace Manufacturing (CAM) the University of Nottingham is making a strategic capability investment in the area of advanced informatics-enabled manufacturing. The aim is to develop a unique new research demonstrator of future automated aircraft assembly processes and systems. The demonstrator will have the capability to assemble at least 2 different aerospace products with scope to address other manufacturing domains in the future such as automotive, naval and energy.

The scope of the research demonstrator has been defined in a partnership with strategic global industrial partners including Airbus, BAE Systems, GE Aviation and GKN. The demonstrator will be specifically focused on future reconfigurable assembly systems including automated drilling, bonding and fastening processes, highly flexible and adaptable tooling and fixtures and analytical data intensive component and process tracking and validation.

The research demonstrator will include as a minimum the following key elements:

A.

Demonstrator IT Infrastructure

The demonstrator IT infrastructure consisting of Portal Interface, Component Data Monitor, is required to integrate robotic, human and tooling elements and provide key functions such as control, monitoring, communication, data processing and performance monitoring.

B.

Data Capture, Position Monitoring and Inspection Infrastructure

1 of the critical components in the demonstrator is the data capture, monitoring and communication infrastructure. The required equipment includes novel devices to provide capability for accurate position tracking and measurement, and the means to present this to relevant users.

C.

Tooling Set

A selection of robot tools and auxiliary equipment has been requested to support a variety of applications ranging from drilling and machining heads to sealant dispensers and grippers.

D.

Robotic Equipment

Relevant robotics equipment will be integrated within the overall process and informatics infrastructure to deliver highly adaptive processes with enhanced precision and reliability. A carefully selected set of robots will be required to provide the capability to test new robotic concepts in cooperation, data exchange, human — robot interactions and hybrid decision making, teleportation, plug and produce integration, social learning, configuration and adaptation.

Priority will be given to solutions offering next generation equipment that can demonstrate significant step changes in technology. As a guide the budget for Phase 1 of the Future Automated Aircraft Assembly Demonstrator is circa GBP 1 000 000.

Tenderers are invited to bid for all work packages (e.g. WP1, 2, 3, 4, 5 and 6), individual work packages (e.g. WP 2) or any number of sub-work packages (e.g. WP1.2).

19 (nineteen) of the total 27 (twenty-seven ) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

Summary of Work Packages

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Supply of assembly fixtures and Automatic Guided Vehicle for use with Product 1 and Product 2. This work package covers the supply of the Main Assembly Fixtures (MAF) required to hold the Wing Flap Component (Fixture 1) and Fuselage Component (Fixture 2) during assembly. The fixtures must be designed to move between Assembly Cell 1 and Assembly Cell 2 along with corresponding kitting racks. In addition the work package covers the supply of an Automatic Guided Vehicle (AGV) along with cassette or pallets to enable all parts necessary to build the Wing Flap Component or Fuselage Component to be delivered to the assembly cells in kit form.

Sub-WP 1.1: Supplying and installing the Wing Flap Component Fixture (Fixture 1), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #1).

Sub-WP 1.2: Supplying and installing the Fuselage Component Fixture (Fixture 2), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #2).

Sub-WP 1.3: Supplying and installing an Automatic Guided Vehicle (AGV) system for transporting kits of parts to the Assembly Cell 1 and Assembly Cell 2 from the component storage area (Phase #1).

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of 2 robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF). Sub-WP 2.1: Supplying and installing 2 robots capable of handling components and end effectors of up to 100 kg. Positional accuracy should be better than ±0.250 mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #1).

Sub-WP 2.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #1).

Sub-WP 2.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with integrated single sided fastener insertion tool and metallic chip evacuation (Phase #1).

Sub-WP 2.4: Supplying and installing a CF dust evacuation solution Sound Protection (Phase #1).

Sub-WP 2.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #1).

Sub-WP 2.6: Supplying an end effector for Robot 2 for installing and torque tightening SSTF nut. (Phase #1).

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

Sub-WP 3.1: Supplying and installing two robots capable of handling components and end effectors of up to 1000Kg. Positional accuracy should be better than ±0.250mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #2).

Sub-WP 3.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #2).

Sub-WP 3.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with metallic chip evacuation

(Phase #2).

Sub-WP 3.4: Supplying and installing a CF dust evacuation solution and Sound Protection (Phase #2).

Sub-WP 3.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #2).

Sub-WP 3.6: Supplying an end effector for Robot 2 for installing and torque tightening a SSTF nut (in the case of Robot 1 inserting a bolt) or locating and apply force to the tail of the rivet so as to form the rivet tail (in the case of Robot 1 inserting a rivet and holding it in place) (Phase #2).

Work Package WP#4: Metrology and Machine Vision

Supply of metrology and machine vision for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of a metrology and machine vision system for integration with Assembly Cell 1 and Assembly Cell 2 to work in conjunction with Fixture 1 and Fixture 2. The fixtures will have precision datum points at each corner to allow the robots to calibrate themselves to these positions. The robots will also require a non-contact measurement capability that will maintain positional accuracy to ±0.250mm.

Sub-WP 4.1: Supplying and installation of a non-contact geometry inspection system for use with Cell 1 and Cell 2 for the automated and manual measurement of large-scale objects (Product 1 and Product 2) within a range of 40m. The system must be capable of being integrated with automated production tools (Phase #1).

Sub-WP 4.2: Supplying and installation of a part inspection system / CMM for installation on Robot 1 in Cell 2. System must be capable of inspecting Aerospace Parts against CAD Drawings for Gap, Feature and Surface Inspection

(Phase #1).

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

Sub-WP 5.1: Supplying RFID (or similar) tags for installation on Fixture 1, Fixture 2, transportation system, kitting systems and Product 1 and Product 2 sub-components. The RFID should be rugged and adaptable with a 5 year battery life

(Phase #1).

Sub-WP 5.2: Supplying antennas and radio receivers (sensors) for calculating the location of tags within the demonstration area including Cell 1, Cell 2 and the material loading and unloading area. There should be enough sensors to determine accurate location from a single sensor and a precise 3D location to be determined when only two sensors receive the signal

(Phase #1).

Sub-WP 5.3: Supplying a control system and software for real-time location control using the above sensors systems (Phase #1).

Sub-WP 5.4: Supplying a PC based server and software for data acquisition. (Phase #2).

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

Sub-WP 6.1: Supplying and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system. This will include networking of industrial computers per relevant robotic device for distributed autonomous control and monitoring e.g. TCIP, CAN bus and a wireless communication infrastructure

(Phase #1).

Sub-WP 6.2: Supplying and installation of a Maintenance Management System (MMS). A suitable MMS that is accepted in the aerospace industry (Phase #1).

Sub-WP 6.3: Supplying and installation of cameras and associated software for selectively monitoring relevant processes

(Phase #1).

Sub-WP 6.4: Cost of project management of the complete solution including equipment specification and integration plan (Phase #1).

Sub-WP 6.5: Cost of commissioning the complete solution including training of University of Nottingham staff (Phase #1).

Sub-WP 6.6: Cost of CE marking the demonstrator. Tenderers for Assembly Cell 1 and Assembly Cell2 will provide fully safety files, risk analysis and / or CE Marking (Phase #1).

ENDS.

II.1.6)

Common Procurement Vocabulary (CPV)

42997300
42997300
45351000
71323200
42418900
42990000
51500000
30238000
31711000
48800000
72700000
48151000
38651000
72224100
71600000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

27 (twenty-seven) sub-work packages in total. 19 (nineteen) (Phase 1) will be awarded now (subject to affordability limitations) and the remaining eight sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

Summary of Work Packages

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Supply of assembly fixtures and Automatic Guided Vehicle for use with Product 1 and Product 2. This work package covers the supply of the Main Assembly Fixtures (MAF) required to hold the Wing Flap Component (Fixture 1) and Fuselage Component (Fixture 2) during assembly. The fixtures must be designed to move between Assembly Cell 1 and Assembly Cell 2 along with corresponding kitting racks. In addition the work package covers the supply of an Automatic Guided Vehicle (AGV) along with cassette or pallets to enable all parts necessary to build the Wing Flap Component or Fuselage Component to be delivered to the assembly cells in kit form.

Sub-WP 1.1: Supplying and installing the Wing Flap Component Fixture (Fixture 1), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #1).

Sub-WP 1.2: Supplying and installing the Fuselage Component Fixture (Fixture 2), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #2).

Sub-WP 1.3: Supplying and installing an Automatic Guided Vehicle (AGV) system for transporting kits of parts to the Assembly Cell 1 and Assembly Cell 2 from the component storage area (Phase #1).

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).Sub-WP 2.1: Supplying and installing 2 robots capable of handling components and end effectors of up to 100 Kg. Positional accuracy should be better than ±0.250 mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #1).

Sub-WP 2.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #1).

Sub-WP 2.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with integrated single sided fastener insertion tool and metallic chip evacuation (Phase #1).

Sub-WP 2.4: Supplying and installing a CF dust evacuation solution Sound Protection (Phase #1).

Sub-WP 2.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #1).

Sub-WP 2.6: Supplying an end effector for Robot 2 for installing and torque tightening SSTF nut. (Phase #1).

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1 000 Kg.

Sub-WP 3.1: Supplying and installing two robots capable of handling components and end effectors of up to 1 000 Kg. Positional accuracy should be better than ±0.250 mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #2).

Sub-WP 3.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #2).

Sub-WP 3.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with metallic chip evacuation

(Phase #2).

Sub-WP 3.4: Supplying and installing a CF dust evacuation solution and Sound Protection (Phase #2).

Sub-WP 3.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #2).

Sub-WP 3.6: Supplying an end effector for Robot 2 for installing and torque tightening a SSTF nut (in the case of Robot 1 inserting a bolt) or locating and apply force to the tail of the rivet so as to form the rivet tail (in the case of Robot 1 inserting a rivet and holding it in place) (Phase #2).

Work Package WP#4: Metrology and Machine Vision

Supply of metrology and machine vision for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of a metrology and machine vision system for integration with Assembly Cell 1 and Assembly Cell 2 to work in conjunction with Fixture 1 and Fixture 2. The fixtures will have precision datum points at each corner to allow the robots to calibrate themselves to these positions. The robots will also require a non-contact measurement capability that will maintain positional accuracy to ±0.250mm.

Sub-WP 4.1: Supplying and installation of a non-contact geometry inspection system for use with Cell 1 and Cell 2 for the automated and manual measurement of large-scale objects (Product 1 and Product 2) within a range of 40m. The system must be capable of being integrated with automated production tools (Phase #1).

Sub-WP 4.2: Supplying and installation of a part inspection system / CMM for installation on Robot 1 in Cell 2. System must be capable of inspecting Aerospace Parts against CAD Drawings for Gap, Feature and Surface Inspection

(Phase #1).

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

Sub-WP 5.1: Supplying RFID (or similar) tags for installation on Fixture 1, Fixture 2, transportation system, kitting systems and Product 1 and Product 2 sub-components. The RFID should be rugged and adaptable with a 5 year battery life

(Phase #1).

Sub-WP 5.2: Supplying antennas and radio receivers (sensors) for calculating the location of tags within the demonstration area including Cell 1, Cell 2 and the material loading and unloading area. There should be enough sensors to determine accurate location from a single sensor and a precise 3D location to be determined when only two sensors receive the signal

(Phase #1).

Sub-WP 5.3: Supplying a control system and software for real-time location control using the above sensors systems (Phase #1).

Sub-WP 5.4: Supplying a PC based server and software for data acquisition. (Phase #2).

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

Sub-WP 6.1: Supplying and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system. This will include networking of industrial computers per relevant robotic device for distributed autonomous control and monitoring e.g. TCIP, CAN bus and a wireless communication infrastructure

(Phase #1).

Sub-WP 6.2: Supplying and installation of a Maintenance Management System (MMS). A suitable MMS that is accepted in the aerospace industry (Phase #1).

Sub-WP 6.3: Supplying and installation of cameras and associated software for selectively monitoring relevant processes

(Phase #1).

Sub-WP 6.4: Cost of project management of the complete solution including equipment specification and integration plan (Phase #1).

Sub-WP 6.5: Cost of commissioning the complete solution including training of University of Nottingham staff (Phase #1).

Sub-WP 6.6: Cost of CE marking the demonstrator. Tenderers for Assembly Cell 1 and Assembly Cell2 will provide fully safety files, risk analysis and / or CE Marking (Phase #1).

ENDS.

II.2.2)

Options

Phase 2 listed sub work package preferred and reserve vendors may be awarded subject to final contract and future funding availability/ current affordability after 12-18+ months from phase 1 group sub work package awards.

Provisional timetable for recourse to these options

18

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

 10-4-2015 31-7-2015

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Please see tender document.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Please see tender document.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Please see tender document.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity


Completion of Questionnaires and various other tender documents. Any supplier may be disqualified who is: a) bankrupt or is being wound up, whose affairs are being administered by the Court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under National Laws and Regulations b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the Court or for an arrangement with creditors or is the subject of any other similar proceedings under National Laws or Regulations c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority.



As contained in the Questionnaires and various other tender documents.


III.2.3)

Technical capacity


See tender document.



See tender document.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

PROC HF ITT/653

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 06-02-2015  23:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 26-03-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



Authorised officers of UoN.

 26-3-2015  12:30
UoN offices Nottingham.

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

Yes



Strategic Development Fund ‘Strategic Capability Investment in Aerospasce Manufacturing’.

VI.3)

Additional Information

All correspondence and expressions of interest relating to this project must be made through the University of Nottingham e-tendering website: https://in-tendhost.co.uk/universityofnottingham/

Non compliant expressions of interest will not be considered or acknowledged. The UoN reserves the right to cancel the tender process at any stage. The UoN does not accept any liability for costs incurred in tendering. Variation will be accepted where adequately explained by the tenderer and provided that these variations comply with the standards specified in the selection and claims criteria of the the tender document.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


See VI.4.2




UK




Body responsible for mediation procedures


N/A




UK




VI.4.2)

Lodging of appeals

The UoN will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.3)

Service from which information about the lodging of appeals may be obtained


N/A




UK



https://www.in-tendhost.co.uk/universityofnottingham/

VI.5)

Dispatch date of this Notice

 27-01-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained








https://www.in-tendhost.co.uk/universityofnottingham/




II)

Address and contact points from which specifications and additional documentation may be obtained








https://www.in-tendhost.co.uk/universityofnottingham/





ANNEX B

Information About Lots

1     Sub-WP 1.1

1)

Short Description

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Supply of assembly fixtures and Automatic Guided Vehicle for use with Product 1 and Product 2. This work package covers the supply of the Main Assembly Fixtures (MAF) required to hold the Wing Flap Component (Fixture 1) and Fuselage Component (Fixture 2) during assembly. The fixtures must be designed to move between Assembly Cell 1 and Assembly Cell 2 along with corresponding kitting racks. In addition the work package covers the supply of an Automatic Guided Vehicle (AGV) along with cassette or pallets to enable all parts necessary to build the Wing Flap Component or Fuselage Component to be delivered to the assembly cells in kit form.

This Sub-WP 1.1: Supplying and installing the Wing Flap Component Fixture (Fixture 1), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 1.1: Supplying and installing the Wing Flap Component Fixture (Fixture 1), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

10     Sub-WP 3.1

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.1: Supplying and installing two robots capable of handling components and end effectors of up to 1000Kg. Positional accuracy should be better than ±0.250mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42997300

3)

Quantity or scope

This Sub-WP 3.1: Supplying and installing two robots capable of handling components and end effectors of up to 1000Kg. Positional accuracy should be better than ±0.250mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

11     Sub-WP 3.2

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 3.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

12     Sub-WP 3.3

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with metallic chip evacuation

(Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 3.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with metallic chip evacuation

(Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

13     Sub-WP 3.4

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.4: Supplying and installing a CF dust evacuation solution and Sound Protection (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 3.4: Supplying and installing a CF dust evacuation solution and Sound Protection (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

14     Sub-WP 3.5

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 3.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

15     Sub-WP 3.6

1)

Short Description

Work Package WP#3: Robotic Drilling, Sealant and Fastener System for Assembly Cell 2

Supply of robotic drilling and fastener and rivet insertion end effector installation in Assembly Cell 2. This work package covers the supply and installation of a cell (Assembly Cell 2) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. Assembly Cell 2 is for final fastening of the assembly and the removal of temporary fasteners (SSSFs). As such the robots should be capable of pushing together so as to create a force high enough to squeeze a rivet. To this end the minimum combined compressive force of the two robots at the edge of their reach envelope should be a minimum 1000Kg.

This Sub-WP 3.6: Supplying an end effector for Robot 2 for installing and torque tightening a SSTF nut (in the case of Robot 1 inserting a bolt) or locating and apply force to the tail of the rivet so as to form the rivet tail (in the case of Robot 1 inserting a rivet and holding it in place) (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000
51500000

3)

Quantity or scope

This Sub-WP 3.6: Supplying an end effector for Robot 2 for installing and torque tightening a SSTF nut (in the case of Robot 1 inserting a bolt) or locating and apply force to the tail of the rivet so as to form the rivet tail (in the case of Robot 1 inserting a rivet and holding it in place) (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

16     Sub-WP 4.1

1)

Short Description

Work Package WP#4: Metrology and Machine Vision

Supply of metrology and machine vision for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of a metrology and machine vision system for integration with Assembly Cell 1 and Assembly Cell 2 to work in conjunction with Fixture 1 and Fixture 2. The fixtures will have precision datum points at each corner to allow the robots to calibrate themselves to these positions. The robots will also require a non-contact measurement capability that will maintain positional accuracy to ±0.250mm.

This Sub-WP 4.1: Supplying and installation of a non-contact geometry inspection system for use with Cell 1 and Cell 2 for the automated and manual measurement of large-scale objects (Product 1 and Product 2) within a range of 40m. The system must be capable of being integrated with automated production tools (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42990000
51500000

3)

Quantity or scope

This Sub-WP 4.1: Supplying and installation of a non-contact geometry inspection system for use with Cell 1 and Cell 2 for the automated and manual measurement of large-scale objects (Product 1 and Product 2) within a range of 40m. The system must be capable of being integrated with automated production tools (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

17     Sub-WP 4.2

1)

Short Description

Work Package WP#4: Metrology and Machine Vision

Supply of metrology and machine vision for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of a metrology and machine vision system for integration with Assembly Cell 1 and Assembly Cell 2 to work in conjunction with Fixture 1 and Fixture 2. The fixtures will have precision datum points at each corner to allow the robots to calibrate themselves to these positions. The robots will also require a non-contact measurement capability that will maintain positional accuracy to ±0.250mm.

This Sub-WP 4.2: Supplying and installation of a part inspection system / CMM for installation on Robot 1 in Cell 2. System must be capable of inspecting Aerospace Parts against CAD Drawings for Gap, Feature and Surface Inspection (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42990000
51500000

3)

Quantity or scope

This Sub-WP 4.2: Supplying and installation of a part inspection system / CMM for installation on Robot 1 in Cell 2. System must be capable of inspecting Aerospace Parts against CAD Drawings for Gap, Feature and Surface Inspection (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

18     Sub-WP 5.1

1)

Short Description

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

This Sub-WP 5.1: Supplying RFID (or similar) tags for installation on Fixture 1, Fixture 2, transportation system, kitting systems and Product 1 and Product 2 sub-components. The RFID should be rugged and adaptable with a 5 year battery life

(Phase #1).

2)

Common Procurement Vocabulary (CPV)

30238000
31711000

3)

Quantity or scope

This Sub-WP 5.1: Supplying RFID (or similar) tags for installation on Fixture 1, Fixture 2, transportation system, kitting systems and Product 1 and Product 2 sub-components. The RFID should be rugged and adaptable with a 5 year battery life

(Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

19     Sub-WP 5.2

1)

Short Description

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

This Sub-WP 5.2: Supplying antennas and radio receivers (sensors) for calculating the location of tags within the demonstration area including Cell 1, Cell 2 and the material loading and unloading area. There should be enough sensors to determine accurate location from a single sensor and a precise 3D location to be determined when only two sensors receive the signal (Phase #1).

2)

Common Procurement Vocabulary (CPV)

31710000
31711000

3)

Quantity or scope

This Sub-WP 5.2: Supplying antennas and radio receivers (sensors) for calculating the location of tags within the demonstration area including Cell 1, Cell 2 and the material loading and unloading area. There should be enough sensors to determine accurate location from a single sensor and a precise 3D location to be determined when only two sensors receive the signal (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

2     Sub-WP 1.2

1)

Short Description

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Supply of assembly fixtures and Automatic Guided Vehicle for use with Product 1 and Product 2. This work package covers the supply of the Main Assembly Fixtures (MAF) required to hold the Wing Flap Component (Fixture 1) and Fuselage Component (Fixture 2) during assembly. The fixtures must be designed to move between Assembly Cell 1 and Assembly Cell 2 along with corresponding kitting racks. In addition the work package covers the supply of an Automatic Guided Vehicle (AGV) along with cassette or pallets to enable all parts necessary to build the Wing Flap Component or Fuselage Component to be delivered to the assembly cells in kit form.

This Sub-WP 1.2: Supplying and installing the Fuselage Component Fixture (Fixture 2), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #2).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 1.2: Supplying and installing the Fuselage Component Fixture (Fixture 2), associated kitting rack and track or other method of moving Fixture 1 between Assembly Cell 1 and Assembly Cell 2 (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

20     Sub-WP 5.3

1)

Short Description

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

This Sub-WP 5.3: Supplying a control system and software for real-time location control using the above sensors systems (Phase #1).

2)

Common Procurement Vocabulary (CPV)

31710000

3)

Quantity or scope

This Sub-WP 5.3: Supplying a control system and software for real-time location control using the above sensors systems (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

21     Sub-WP 5.4

1)

Short Description

Work Package WP#5: Informatics Infrastructure

Supply of informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of an informatics infrastructure for integration with Assembly Cell 1 and Assembly Cell 2 for the control, tracking and auditing of component assembly of Product 1 and Product 2.

This Sub-WP 5.4: Supplying a PC based server and software for data acquisition. (Phase #2).

2)

Common Procurement Vocabulary (CPV)

48800000

3)

Quantity or scope

This Sub-WP 5.4: Supplying a PC based server and software for data acquisition. (Phase #2).


4)

Indication about different contract dates

18

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

22     Sub-WP 6.1

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.1: Supplying and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system. This will include networking of industrial computers per relevant robotic device for distributed autonomous control and monitoring e.g. TCIP, CAN bus and a wireless communication infrastructure (Phase #1).

2)

Common Procurement Vocabulary (CPV)

72700000

3)

Quantity or scope

This Sub-WP 6.1: Supplying and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system. This will include networking of industrial computers per relevant robotic device for distributed autonomous control and monitoring e.g. TCIP, CAN bus and a wireless communication infrastructure (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

23     Sub-WP 6.2

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.2: Supplying and installation of a Maintenance Management System (MMS). A suitable MMS that is accepted in the aerospace industry (Phase #1).

2)

Common Procurement Vocabulary (CPV)

48151000

3)

Quantity or scope

This Sub-WP 6.2: Supplying and installation of a Maintenance Management System (MMS). A suitable MMS that is accepted in the aerospace industry (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

24     Sub-WP 6.3

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.3: Supplying and installation of cameras and associated software for selectively monitoring relevant processes (Phase #1).

2)

Common Procurement Vocabulary (CPV)

38651000

3)

Quantity or scope

This Sub-WP 6.3: Supplying and installation of cameras and associated software for selectively monitoring relevant processes (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

25     Sub-WP 6.4

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.4: Cost of project management of the complete solution including equipment specification and integration plan (Phase #1).

2)

Common Procurement Vocabulary (CPV)

72224100

3)

Quantity or scope

This Sub-WP 6.4: Cost of project management of the complete solution including equipment specification and integration plan (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

26     Sub-WP 6.5

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.5: Cost of commissioning the complete solution including training of University of Nottingham staff (Phase #1).

2)

Common Procurement Vocabulary (CPV)

72224100

3)

Quantity or scope

This Sub-WP 6.5: Cost of commissioning the complete solution including training of University of Nottingham staff (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

27     Sub-WP 6.6

1)

Short Description

Work Package WP#6: Project Management, System Integration and Commissioning

Project Management, System Integration and Commissioning of WP1, 2, 3, 4 and 5 within Assembly Cell 1 and Assembly Cell 2.

This work package covers the supply and installation of the pneumatic, power and communications infrastructure required to integrate WP1, 2, 3, 4 and 5 into a working demonstrator system in order to provide a “turnkey system” to the university. This work package will include the supply of any further control systems, software integration and mechanical infrastructure in order to accomplish this and should be flexible enough to allow for additional and/or different robots to be either inserted or removed from the system (see Figure 11).

This Sub-WP 6.6: Cost of CE marking the demonstrator. Tenderers for Assembly Cell 1 and Assembly Cell2 will provide fully safety files, risk analysis and / or CE Marking (Phase #1).

2)

Common Procurement Vocabulary (CPV)

71600000

3)

Quantity or scope

This Sub-WP 6.6: Cost of CE marking the demonstrator. Tenderers for Assembly Cell 1 and Assembly Cell2 will provide fully safety files, risk analysis and / or CE Marking (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

3     Sub-WP 1.3

1)

Short Description

Work Package WP#1: Assembly Fixtures and Automatic Guided Vehicle

Supply of assembly fixtures and Automatic Guided Vehicle for use with Product 1 and Product 2. This work package covers the supply of the Main Assembly Fixtures (MAF) required to hold the Wing Flap Component (Fixture 1) and Fuselage Component (Fixture 2) during assembly. The fixtures must be designed to move between Assembly Cell 1 and Assembly Cell 2 along with corresponding kitting racks. In addition the work package covers the supply of an Automatic Guided Vehicle (AGV) along with cassette or pallets to enable all parts necessary to build the Wing Flap Component or Fuselage Component to be delivered to the assembly cells in kit form.

This Sub-WP 1.3: Supplying and installing an Automatic Guided Vehicle (AGV) system for transporting kits of parts to the Assembly Cell 1 and Assembly Cell 2 from the component storage area (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42418900
51500000

3)

Quantity or scope

Sub-WP 1.3: Supplying and installing an Automatic Guided Vehicle (AGV) system for transporting kits of parts to the Assembly Cell 1 and Assembly Cell 2 from the component storage area (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

4     Sub-WP 2.1

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

This Sub-WP 2.1: Supplying and installing two robots capable of handling components and end effectors of up to 100Kg. Positional accuracy should be better than ±0.250mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42997300

3)

Quantity or scope

This Sub-WP 2.1: Supplying and installing two robots capable of handling components and end effectors of up to 100Kg. Positional accuracy should be better than ±0.250mm. Costs to include controller, pendant, drive modules and any necessary software (Phase #1).


4)

Indication about different contract dates

 10-4-2015 24-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

5     Sub-WP 2.2

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

This Sub-WP 2.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 2.2: Supplying and installing a tool changer for Robot 1. The tool changer should provide power, vacuum, pneumatics, sealant and fasteners to the end effector utilising plug and play (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

6     Sub-WP 2.3

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

Sub-WP 2.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with integrated single sided fastener insertion tool and metallic chip evacuation (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42997300

3)

Quantity or scope

Sub-WP 2.3: Supplying and installing an end effector for Robot 1 consisting of a drilling head (Al and Ti) with programmable feeds and speeds with integrated single sided fastener insertion tool and metallic chip evacuation (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

7     Sub-WP 2.4

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

This Sub-WP 2.4: Supplying and installing a CF dust evacuation solution Sound Protection (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42990000

3)

Quantity or scope

This Sub-WP 2.4: Supplying and installing a CF dust evacuation solution Sound Protection (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

8     Sub-WP 2.5

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

tHIS Sub-WP 2.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42997300

3)

Quantity or scope

Sub-WP 2.5: Supplying and installing an end effector for Robot 1 consisting of a sealant applicator, hoses, pumps and two part mix capability (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.

ANNEX B

Information About Lots

9     Sub-WP 2.6

1)

Short Description

Work Package WP#2: Robotic Drilling, Sealant and Fastener System for Assembly Cell 1

Supply of robotic drilling and sealant and fastener end effector and installation in Assembly Cell 1. This work package covers the supply and installation of a cell (Assembly Cell 1) consisting of two robots each able to reach anywhere within the holding frames of Fixture 1 and Fixture 2. The robots will be used to drill holes in Al, Ti, CF and with any necessary Countersinking. In the case of Assembly Cell 1 one of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).

This Sub-WP 2.6: Supplying an end effector for Robot 2 for installing and torque tightening SSTF nut. (Phase #1).

2)

Common Procurement Vocabulary (CPV)

42997300

3)

Quantity or scope

This Sub-WP 2.6: Supplying an end effector for Robot 2 for installing and torque tightening SSTF nut. (Phase #1).


4)

Indication about different contract dates

 10-4-2015 31-7-2015

5)

Additional Information about lots

19 (nineteen) of the total 27 (twenty-seven) sub-work packages (Phase 1) will be awarded now (subject to affordability limitations) and the remaining 8 sub-work packages are intended to be awarded subject to further funding availability (Phase 2) at least circa. 12+ months. Nominations for preferred vendors (and reserve supplier in some cases) will all be announced now but subject to final contract and funding. Bid offers for phase 2 sub-work packages are required now and to be firm with any offer conditions/variances envisaged beyond 12 months clearly identified and where appropriate referenced/ indexed. However, should current funding afford any of these phase 2 sub-work packages now then some or all of these may be contracted in phase 1.

Phase 1 sub-work packages: 1.1 and 1.3, 2.1/2/3/4/5/6, 4.1 and 4.2, 5.1/2/3 and 6.1/2/3/4/5/6

Phase 2 sub-work packages (subject to current affordability/additional funding): 1.2, 3.1/2/3/4/5/6 and 5.4.


Coding

Commodity categories

ID Title Parent category
38651000 Cameras Photographic equipment
48151000 Computer control system Industrial control software package
72700000 Computer network services IT services: consulting, software development, Internet and support
31710000 Electronic equipment Electronic, electromechanical and electrotechnical supplies
31711000 Electronic supplies Electronic equipment
42997300 Industrial robots Pipeline machinery
48800000 Information systems and servers Software package and information systems
51500000 Installation services of machinery and equipment Installation services (except software)
30238000 Library automation equipment Computer-related equipment
42418900 Loading or handling machinery Lifting, handling, loading or unloading machinery
45351000 Mechanical engineering installation works Mechanical installations
42990000 Miscellaneous special-purpose machinery Miscellaneous general and special-purpose machinery
71323200 Plant engineering design services Engineering-design services for industrial process and production
72224100 System implementation planning services Project management consultancy services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
helen.forsythe@nottingham.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.