
Market Leads & Opportunities
United Kingdom-Nottingham: Industrial robots
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (15/S 225-409481/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Award criteria: Most economic bid
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
University of Nottingham
Kings Meadow Campus, Lenton Lane
Nottingham
Postal code: NG7 2NR
United Kingdom
Contact points(s):
For the attention of: PROC ITT/653
Email: helen.forsythe@nottingham.ac.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Future Automated Aircraft Assembly Demonstrator (ITT/653).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKF14
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
II.1.4) 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 1 000 000 GBP.
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 of the total 27 sub-work packages (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 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 of the robots will be required to insert and correctly torque tighten Single Sided Slave Fasteners (SSSF).Sub-WP 2.1: Supplying and installing two 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 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. 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 2 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 ±0,250 mm.
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 40 m. 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.1.5) Common procurement vocabulary (CPV):
42997300, 71600000,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
IV.2.2) Information about electronic auction:
An electronic auction has been used: NO
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority:
PROC HF ITT/653
IV.3.2) Previous publication(s) concerning the same contract:
Notice number in the OJEU:
2015/S 22-035391 of 31.01.2015
Section V: Award of contract
Lot Title: Lot 2
Contract No: NIS4133150
Lot No: 02
Lot title: Lot 2
V.1) Date of contract award decision:
12.11.2015
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
NIS
Ackhurst Rd
Chorley
PR7 7AQ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Lot 2
Contract No: ABB4125311
Lot No: 2
Lot title: Lot 2
V.1) Date of contract award decision:
2.10.2015
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
ABB Robotics
Precendent Drive
Milton Keynes
MK13 8PQ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Lot 4
Contract No: Nikon4128468
Lot No: 4
Lot title: Lot 4
V.1) Date of contract award decision:
20.10.2015
V.2) Information about offers:
Number of offers received: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Nikon Metrology Europe NV
Geldenaaksebaan 329, Heverlee
Leuven
3001
Belgium
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: ATS4115779
Contract No: Lot5 and 6
Lot No: 5
Lot title: ATS4115779
V.1) Date of contract award decision:
30.7.2015
V.2) Information about offers:
Number of offers received: 3
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Appled Technology Systems
59A Coton Road
Nuneaton
CV11 5TS
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Section VI: Complementary information:
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: Yes
Reference to project(s) and/or programme(s): Strategic Development Fund ‘Strategic Capability Investment in Aerospasce Manufacturing’.
VI.2) Additional information:
All correspondence and expressions of interest relating to this project must be made through the University of Nottingham e-tendering website:
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.3) Procedures for appeal:
VI.3.1) Body responsible for appeal procedures:
UK does not have any such body see section VI.4.2)
United Kingdom
Body responsible for mediation procedures:
NA
United Kingdom
VI.3.2) Lodging of appeals:
Precise information on deadline(s) for lodging 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 intoThe 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.3.3) Service from which information about the lodging of appeals may be obtained:
NA
United Kingdom
Internet address:
VI.4) Date of dispatch of this notice:
18.11.2015
More Opportunties
- United Kingdom-Eastleigh: Specialist Material Framework
27 May 25
Framework for the supply of specialist materials to support operations across Abri's operating area. To include lots for: glazing, flooring, ironmongery, fencing, grounds maintenance consumables, fire doors, paint and adaptation equipment.> > - Samsung Z20 Ultrasound System
27 May 25
Direct award via NP167/22 Framework following product trial> > - United Kingdom-Belfast: QUB/2712/25 Supply, Delivery, Installation, Consumables, Commissioning and Maintenance of a Dual Capillary Rheometer for the characterisation of polymer and composite materials
27 May 25
Queen’s University of Belfast wishes to procure a Dual Capillary Rheometer, to measure material flow properties under elevated temperature as a function of shear rate of polymer and composite materials. For a comprehensive description of the requirements> >