Upload
others
View
3
Download
1
Embed Size (px)
Citation preview
1
BABASAHEB BHIMRAO AMBEDKAR UNIVERSITY (A CENTRAL UNIVERSITY)
VIDYA VIHAR, RAEBARELI ROAD, LUCKNOW-226025
Email: [email protected]
The Babasaheb Bhimrao Ambedkar University (BBAU), Lucknow invites sealed
Tender from eligible bidders for the following:
TENDER DOCUMENT FOR SUPPLY, TESTING, INSTALLATION, MAINTENANCE
AND TRAINING OF RADIO FREQUENCY IDENTIFICATION (RFID) DEVICES, RFID
TAGS, ELECTROMAGNETIC (EM) SYSTEM & STRIPS, INTEGRATED LIBRARY
MANAGEMENT SOFTWARE (ILMS) i.e. KOHA Open Source, latest version (KOHA ILMS),
INTEGRATION OF RFID SYSTEM WITH ILMS Using SIP2/NISO NCIP AND
RETROSPECTIVE CONVERSION OF LIBRARY DOCUMENTS.
SECTION I
GENERAL TERMS AND CONDITIONS
1. TENDER NOTICE NO.:- 01/07/2
2. DATED: - 10/06//2016
3. LAST DATE FOR RECEIPT OF TENDER: - 11/07/2016
4. DATE & TIME OF PRE-BID CONFERENCE:-24/06/2016
5. DATE & TIME OF OPENING TECHNICAL BID: - Will be displayed on university Website.
6. NAME AND ADDRESS OF TENDERER:-
-----------------------------------------------------
…………………………………………………
7. COST OF TENDER DOCUMENTS:-
The Tender document can be downloaded from the University Website: www.bbau.ac.in by
paying Rs.1000/- in the form of Demand Draft of in favor of ―Finance Officer, Babasaheb
Bhimrao Ambedkar University” Payable at Lucknow without which the tender will be
rejected.
Demand Draft No.__________________ Dated __________ Bank ___________________
Branch ____________________________ Amount of Rs. ___________________________
2
8. EARNEST MONEY DEPOSITE (EMD):- The interested firms/bidder will have to submit Rs.160000/- as Earnest money (EMD) in the
form of DD (Demand Draft) in favor of “Finance Officer, Babasaheb Bhimrao Ambedkar
University” Payable at Lucknow valid for 90 days and Tender Documents should be
completed in all respects without which the tender will be rejected. Earnest money DD should
be enclosed with ‗Technical Bid‘ and clearly indicated on envelop.
9. VALIDITY OF TENDER: - 180 days from the date of opening.
10. PRICES SHOULD BE F.O.R. BBAU, Lucknow Basis: - The installation with material of
RFID peripherals, Integrated Library Management Software should be provided at the Gautam
Buddha Library (GBL), BBAU free of cost. The retrospective conversion of Library
Document work will be done at the GBL and Departmental Libraries in the BBAU Campus.
The additional charges such as transportation, etc. will not be paid by the BBAU.
11. All t he R F ID & E M components and peripherals chosen for complete solution must
conform to the NISO guidelines for use of RFID & EM in libraries ISO15693, ISO28560,
ISO18000-3 in accordance with equipments listed below. The bidders shall be expected to
provide the following equipments as per the technical specifications given in Technical
Bid:
I. RFID Tags and BBAU Logo - 60,000 Nos each, (including CD tags one thousand
in numbers)
II. EM Security Strips-60,000 Nos (including CD Strip one thousand in numbers)
III. Staff work Station for RFID- (One/Two) (Optional)
IV. Staff work Station for EM- (One/Two) (Optional)
V. Staff work Station Hybrid/Combined for EM and RFID – (One/Two) (Optional)
[Note: The Library will purchase either Hybrid staff work station or separate
staff work station for EM and RFID]
VI. Combined Self Check-In and Check-out Units (The unit should work for EM,
RFID and Barcode)- (One)
VII. Library Security Gate i.e. 3 EAS (Electronic Article Surveillance) pedestals Gates
compatible with RFID Tags complete in all respect with necessary accessories
(Optional four pedestal) – (One) (optional).
VIII. Library Security Gate i.e. 3 EAS pedestals Gates for EM Strip complete in all
respect with necessary accessories (Optional four pedestal) -(One)
IX. Shelf Management System/Portable Handheld RFID Reader with Antenna –
(Two)
X. Book Drop Box (Self Check-In with return slip printer)- (Two)
XI. RFID Card Printer (One) (optional)
XII. RFID Member smart cards (500) (optional)
XIII. Spine labels for 60000 document and barcode labels for 35000 documents (two
barcodes to be pasted on each document). It is informed that barcodes are already
pasted on about 25000 documents.
4
SECTION II
INSTRUCTIONS TO THE BIDDERS
A. ELIGIBILITY CRITERIA FOR PARTICIPATING IN THE TENDER
1. The bidder must have presence in India for the last 5 years.
2. The bidder must have the requisite domain expertise with regard to supply, installation and
post-scale service of the items they are quoting as per technical specifications.
3. The bidder must have supplied, installed, implemented, integrated and commissioned
complete RFID system, EM system, KOHA Integrated Library Management System
(ILMS) including other ILMS and Retrospective conversion work in at least 5 Govt.
University/ institutions‘ libraries in India. Out of these Libraries, at least two of the
libraries must have one lakh record collection. (Documentary proof must be attached with
work order and satisfactory certificate for completion execution of these projects). A
complete system shall include supply and installation of KOHA ILMS, LINUX, RFID &
EM components and Retrospective conversion related items/work; integration,
development and operationalization of hardware & software components, retrospective
conversion and RFID consumables in an integrated manner. The bidders shall attach
copies of purchase order and certificates of work completion of RFID & EM
implementation under ISO-18000/15693 NCIP/SIP-2, ILMS implementation in LINUX
operating system and Retrospective conversion of documents in MARC-21. In no case
third party certificate shall be accepted. The BBAU reserves the right to enquire about the
authenticity of information provided.
4. The bidder shall not be under a declaration of ineligibility of corrupt and fraud land
practices by the bank.
5. The bidder must be an Original Equipment Manufacturer (OEM) of RFID & EM hardware
components or an authorized distributor of OEM of RFID hardware components having
experience of implementing RFID & EM in libraries. The bidder shall submit certificate of
authorization from the principal manufacturing company or self declaration in case OEM is
participating in the tender.
6. The bidder must have experience in the field of KOHA conceptualization, design,
development, installation, customization and maintenance in the higher education
institutions/ Government organizations.
7. The bidder should be ISO9001:2000 certified company.
8. The bidder shall ensure that the RFID system proposed by bidder is compatible with
ISO28560, ISO15693, ISO14443A for smart card integration.
9. Necessary documents, certificates, brochures, leaflets in support of the eligibility criteria
should be attached with the technical bid.
5
10. All equipment must be FCC/CE (Federal Communications Commission) compliant.
Certificate from OEM shall be provided to that effect.
11. The registration No. of firm along with the CST No. allotted by the sales Tax Authority
must be given in the tender bid. (Please enclose necessary documents).
12. The bidder should have average annual turnover of at least Rs. 1 crore during previous
three financial years. Enclose a proof of the audited balance sheets during last 3 Years.
13. The selected vendor will be required to furnish Bank Guarantee for 10% value of order for
a period of 3 years after installation and commissioning before releasing the payment.
14. The responsibility and requirement if any from University side must be mentioned clearly.
15. The successful bidder shall have to run a pilot project/ demonstration for at least 2
weeks for 500 active books before the order is placed.
16. The BBAU reserves all rights to amend/cancel/withdraw any of the terms and conditions
contained in tender document or to reject any or all the tenders at any time without any
notice or assigning any reason.
17. The hardware quoted should be from reputed brands only.
18. Preferably, the bidder should have local support in Lucknow.
19. A declaration on part of bidder about terms and condition of the tender documents should
be submitted.
20. Canvassing in connection with the tendering process is strictly prohibited and tender
submitted by the vendors who resort to such canvassing will be liable for rejection.
21. All equipment must meet the EU RoHS (Reduction of Hazardous Substance) Directive.
RoHS prohibits lead, mercury, cadmium, hexavalent chromium, polybrominated biphenyls
(PBB) and polybrominated diphenyl ethers (PBDE) above certain maximum concentration
levels for those substances. Certificate from OEM must be provided to that effect.
22. All equipment must meet the EU WEEE (Waste Electrical and Electronic Equipment)
Directive which addresses the return at end-of-life, and recyclability/ recoverability/
reusability of waste electrical and electronic equipment. Certificate from OEM Should be
provided to that Effect.
23. The decision of BBAU, Lucknow in this regards shall be final and binding on all the
concerned. All the disputes subject to Lucknow jurisdiction and will be interpreted under
Indian Laws.
B. TERMS AND CONDITIONS
1. The bidder shall bear all expenses of packaging, forwarding, freight, insurance in connection
with delivery, repairs and replacements made within the warranty, period.
2. The bidder shall be responsible for any loss, damage, breakage etc in transit site.
3. The bidder shall bear the expenses which may incur while unloading of items, deployment of
unskilled labour during installation of RFID and EM.
4. The bidder shall undertake installation, integration, implementation, commissioning and
training of the proposed system within 60 days of receiving the confirmed order.
6
5. The warranty period shall be effective from the date of having completed successful
installation, integration, implementation and training on the system/solution in the Library.
6. The bidder shall be fully responsible for the performance of all components of the KOHA
ILMS, Retrospective conversion data, RFID & EM materials and any defective material shall
be replaced by the bidder free of cost during the warranty period, i.e. three years.
7. The bidder shall customize and personalize all aspects of the proposed system as per the
requirements in order to ensure smooth implementation and functioning of the system.
8. The bidder shall clearly specify their service option during the warranty and maintenance
contract period to ensure that the functioning of the proposed RFID & EM system and KOHA is
not interrupted after installation.
9. BBAU shall have the liberty to terminate the maintenance period in case it is not satisfied with
the services/maintenance provided by the successful bidder.
10. The successful bidder shall be responsible for coordination and integration of the proposed
system with KOHA latest version and resolve any RFID & EM and functionality problems with
the support.
11. The quantity of the required items may defer subject to the requirements of the Library.
12. All components shall be compatible with ISO 28560 standards and NISO recommendations
adopted globally for implementation of RFID & EM systems in libraries.
13. The bidder shall submit proposal of Hardware & Software which should be open in terms of
modularity, expandability and upgradeability in future.
14. The KOHA system shall have remote monitoring which must include instant e- mail
notification, SMS Notification, monitoring of Check-in and out rates, web based trouble
shooting and the ability to obtain statistics for each machine from any location.
15. The supplied hardware shall have the provision to upgrade their firmware online.
16. The bidders shall clearly mention the responsibility and requirements from the Library staff.
17. The bidder shall submit an overall installation plan RFID, EM, KOHA and Retrospective
Conversion of Library Documents with regard to placement of hardware, physical
infrastructure, power and ventilation requirements so as to maximize the workflow without
disrupting the normal duties and services.
18. The bidders shall respond to the technical specifications in the format given in Annexure I
19. The bidders shall quote amount in the format as given in Annexure II of Tender document.
20. The bidder shall sign all the pages of the bid.
21. The technical bids will be opened by a committee on ---------------- at 3:00 p.m. The financial
bids of the technical bidders will be opened on a later date and will be intimated, in the presence
of parties whose technical bids are found suitable or acceptable.
22. The officer inviting tender shall not be held liable for any delay due to system failure beyond
his control. The officer will attempt to notify the bidder of any bid updates, the employer shall
not be liable for any information not received by the bidder. It is the bidder‘s responsibility to
verify the website for the latest information related to the tender.
23. The entire work to be handled as single Turn-key project and the total cost of the project will be
computed as single value. Hence the bidder should quote for all the items mentioned in the
tender. Otherwise the tender will be rejected.
7
24. The BBAU reserves right to place order partially/fully to the firm/firms quoted for bid
depending upon the cost/advanced technology/special features of specific item(s) of RFID
system, EM system, KOHA implementation & maintenance, retro-conversion work etc.
25. The BBAU reserves rights to adapt advanced specifications technology for the required items
and software in the tender.
26. BBAU reserves the right to negotiate any alterations to bid specifications due to oversight or
error.
27. Specifications of the hardware items given in this bid document are the minimum requirements.
The bidder may offer items with higher specifications. However, no price advantage for such
specifications shall be given.
28. The rates must be quoted both in figures and words and over-writing must be avoided.
29. The bid should be given for the items in the same order as is given in the Tender document.
30. Schedule of delivery of items/job work, etc. should be clearly mentioned.
31. If the supplier/firm is manufacturer/authorized dealer/sole distributor/authorized agent of any
item, the certificate to this effect should be attached.
32. The quantity shown against each item is approximate and may vary as per the demand of
BBAU at the time of placing order.
33. BBAU reserves the right to accept/reject any bid wholly or partly.
34. The bidder should have their own bank account in the name of the registered agency.
35. Earnest Money Deposited liable to be forfeited and bid is liable to be rejected if the tenderer
withdraws or amend, impairs or derogates from the tender in any respect within the period of
validity of the tender.
36. The Earnest Money of all unsuccessful Bidder/ tenderers will be returned as early as possible
after the expiration of the period of the bid validity. No interest will be paid by BBAU on the
Earnest Money Deposit.
37. BBAU may switch over to any other Library Management Software (i.e. open source or
commercial system), integration shall be the sole responsibility of the bidder during warranty
period.
38. KOHA ILMS will be customized by the bidder according to the requirement of GBL, BBAU.
All the programs, technical details and documentation regarding KOHA customization will be
provided to GBL, BBAU, Lucknow in writing as well as in softcopy for future use.
39. Bidder will be fully responsible for standard integration using NCIP/SIP -2 protocol with
KOHA and the performance of all component of the RFID & EM equipments and materials and
other equipments being supplied and installed and any malfunction/defective materials should
be replaced free of cost during the warranty and maintenance period. The entire system should
be compatible with ILMS. It would be responsibility of bidder to demonstrate functioning of
entire RFID system, EM and other equipments on KOHA.
40. The bidder shall do local customization and personalization on all aspects of the proposed
system during the implementation and warranty period to ensure a smooth functioning and user
friendly environment.
41. The bidders shall quote rates inclusive of all taxes and duties, packaging, forwarding, freight,
insurance, Maintenance / extended onsite Warranty/Guarantee and technical support w i th
8
m at e r i a l / s p a re p a r t s , l abo r & s e rv i ce for 3 years from date of putting system
operating on supplied hardware and software, their spare parts, upgrades etc. and till that time
the bank Guarantee shall remain with the University. The selected firm for the supply of
tendered item will have to provide free up-gradation of software and firmware (all update &
upgrades) upto 3 years from the date of satisfactory installation. In case, these are charged
additionally, these shall be clearly specified.
42. During the execution of the project the bidder shall initially provide onsite technical support
personnel who are fully trained company authorized and certified by the bidder to reduce
downtime. Onsite support should be provided free of cost during the warranty/extended
warranty for three years period with least minimum down time of 05 hours. The remote support
via e- mail and telephone shall be provided as and when needed, free of cost.
43. BBAU is entitled for Custom Duty/Excise Exemption. Price quoted should be at F.O.R. GBL,
BBAU, Lucknow or CIF (for imported item) basis. This shall be inclusive of all taxes and
summary cost of total implementation including freight & insurance should be indicated. Inter-
state transit Way Bill (Form-50), Excise Duty Exemption Certificate, Customs Duty Exemption
Certificate as per DSIR Notification No. NO.10/97-CENTRAL EXCISE DATED 1st MARCH,
1997 and No.51/96-Customs dated 23.07.96 respectively will be issued, if required, only in
favour of the bidder and address as mentioned in the Purchase Order. For imported Hardware,
order to be placed on the overseas vendor and customs clearance will be done by the bidder.
This condition should be strictly adhered to, failing which their offer will be summarily
rejected.
44. All system components must be UL, CE, and FCC Part 15-Certified; SIP2, RS-232, TCP/IP
Ethernet 10/100, 802.11b (wireless) compliant; and meet the EU RoHS and WEEE Directives.
45. The UL, cUL, CE and C-tick marks shall be displayed on the serial plate of the System.
46. System must be in compliance with ADA guideline 4.15.4 for wheel chair clearance and ADA
guideline 4.34.3 reach range standards.
47. Bidder shall demonstrate that the resources (infrastructure) exist which are required to provide
robust pre- and post-sales support to RFID and Electromagnetic Materials Flow Management
System.
48. RFID Tags must have Life Time Guarantee. Certificate from OEM must be provided to that
effect in Tender Document.
49. EM Security Strips must have Life Time Guarantee. Certificate from OEM must be provided to
that effect in Tender Document.
50. Single Workstation and Self Check must handle processing of RFID Tags, Bar-code and EM
Security Strips.
51. There will be pre-bid tender conference regarding the technical bid of the tender.
52. The proposed system must not interfere with other equipment, automated library system clients
or PCs that may be nearby.
53. The proposed system must be able to connect through the Library‘s Ethernet network via an RJ-
45 connector and/or secured wireless network.
54. All system components must be compatible with the ERP Solution to be procured by the
University in future.
9
55. The guidelines / conditions mentioned in this document are merely minimum. The supplier /
bidder have to ensure the full functionality of RFID, EM, automation, etc. irrespective of all the
applicable hardware and software.
56. The tender should be submitted to:
Assistant Registrar (S & P)
Babasaheb Bhimrao Ambedkar University (A Central University)
Vidya Vihar, Raebareli Road
Lucknow, Uttar Pradesh - 226025
57. Payment: No advance payment will be made in this regard. The payment shall be made in
following parts for RFID System, EM System and Retrospective Conversion work.
RFID Hardware, EM Hardware & Software and KOHA ILMS
I. 60% payment of the cost of Hardware and Software will be made after satisfactorily
installation and commissioning of the hardware and software including KOHA (At least
2000 documents will be checked and verified).
II. 30% payment of cost of hardware and software will be made after 6 month successful
running of the system and customization of KOHA according the requirement of the GBL.
III. 10% of overall payment will be made after 3 years of successfully running the complete
System.
IV. Final settlement of the account will be made only when the ILMS database and RFID is
made operational/functional in all respect.
RFID Tagging, EM strip pasting and Retrospective conversion
I. Payment will be made after data entry completion / validation and tagging (i.e. RFID tagging,
EM strip pasting, Bar-coding, Call number labeling, etc) of 10000 records/ documents. The bill
should be submitted for payment on the completion of retrospective conversion of records/
documents after proper inspection of the job and tagging by the Library authority. Payment will
be made after proper training, testing of software and hardware, report generation and onsite
trouble free issues/return transaction for two months.
II. An amount of 10% shall be retained as performance security BBAU, Lucknow in the form of
deduction from each bill and shall be released, without any accrued interest, on completion of 3
years of successfully running the complete System.
III. Final settlement of the account will be made only when the Library database, KOHA, EM and
RFID are made operational/functional in all respect.
IV. If the work is not to the satisfaction of the awarding authority, the competent authority has the
right to deduct the payment depending upon the work, which is unsatisfactory. If it is found that
the work in process is not up to the mark, the awarding authority reserves the right to cancel the
contract by making the payment only for the approved/finished portion of the work.
10
C. BID REJECTION CRITERIA
The bid(s) will be rejected in case of any one or more of the following conditions:
1. Bids which are not substantially responsive to the Tender Document.
2. Bids not made in compliance with the procedure mentioned in this document or not
substantively responsive.
3. Failure on part of the Bidder to provide appropriate information as required in the bid
proposal or any additional information as requested by BBAU, including any supporting
document.
4. Incomplete or conditional bids or bids that do not fulfill all or any of the conditions as
specified in this document.
5. Bids without earnest money deposit.
6. The submission of more than one bid under different names by one Bidder. If the same is found
at any stage, all the bids by that bidder will be rejected.
7. Material inconsistencies in the information submitted.
8. Misrepresentations in the bid proposal or any supporting documentation.
9. Bid proposal received after the last date and time specified in this document.
10. Bids found in unsealed cover, unsigned bids, bids signed by unauthorized person and
unsigned corrections in the bids.
11. Bids containing erasures or overwriting except as necessary to correct errors made by the
Bidder, in which case such corrections shall be authenticated by the person signing the bid.
12. Bidder should have 5 year experience of providing & commissioning, integration and
installation of RFID & EM Based Library Circulation, Inventory control System,
Implementation of ILMS, Retrospective Conversion of Library documents in atleast 5 (Five)
projects. Documentary evidence for above has to be submitted with the Bid, failing which, their
offer will be rejected.
13. Bid(s) not complying with Delivery, installation & commissioning, warranty, penalty, and
Three years maintenance clauses will be rejected.
14. The bidder should quote for all the items mentioned in the tender, failing which, their offer will
be rejected.
15. The Bidder has to be OEM/Joint Venture of OEM/Subsidiary of OEM/Authorized Dealer of
OEM. Joint Venture companies, subsidiaries and authorized dealers must submit Authorisation
certificate (in original) from OEM, as per Technical Specification attached herewith, stating that
the OEM will provide support directly or through the particular dealer during the warranty
period including replacement of spares and the validity of the certificate should be for a
minimum period of 36 months from the date of submission of offers/bids, failing which, their
offer will be rejected.
16. The Bidder should provide an Undertaking of authenticity of IT Hardware and Software
supplies,(in original), from OEM, should be attached, stating that no refurbished/ duplicate/
second hand components, parts, assembly, software shall be used, failing which their offer will
be rejected.
11
D. TIME FRAME OF PROJECT EXECUTION: Project Execution and completion Schedule
will be within 360 days.
The time frame of completion of the project that is Installation of all the Hardware, Software,
Tagging, bar-coding, spine labeling, Testing, Training, Customization, Reporting, retrospective
conversion of 60000 documents in MARC-21, completion of the project etc within a period of 12
months from the date of offer of Contract as follows:
Phase –I (To be completed within 60 days of Supply Order):
1. The bidder should ensure to Import the Hardware, installation, civil work related to
Hardware in the premises of the GBL, BBAU.
2. Installation of ILMS i.e. KOHA latest version on Linux platform under Networking
environment, Integration of SIP2/NISO protocol and Testing of Software with ILMS.
3. Atleast 2000 books/documents to be RFID tagged, bar-coding and retrospective conversion
in IMLS database for 100 Users card transaction.
Phase-II (To be completed within 285 days after the Phase I):
1. The bidders should deploy suitable number of trained manpower to tag the books at each
floor.
2. It should be noted no chaos or noise produced because of more manpower.
3. Approximately 60000 collection/all the documents should be picked from the shelf
cautiously and RFID tagged, EM strip pasted, retrospective conversion of bibliographic
data in MARC-21 in KOHA ILMS database, printed spine labeling & barcode labeling at
the desired location and re-shelved with as per call number.
4. Barcode labeling of approximately 35000 collection/ all the documents to be done within
the phase-II.
5. Stock verification of all the tagged items with the hand held device from the shelves.
6. Regular issue/return of books using RFID Solution implemented.
7. Training of Library Personnels for RFID System.
8. Training of Library Personnels for KOHA ILMS System in all the in-house activity of the
library.
9. KOHA customization as per the requirement of the GBL.
10. Training of Library Personnels for administration of KOHA ILMS server including
LINUX basic administration.
11. Training of Library Personnels for administration RFID system/server.
12. Any other work related to the project.
12
Phase-III (To be completed within last 15 days):
1. Generation of various kinds of reports like
Number of books available in the Library
Number of foot falls in a day, week etc. in RFID/EM
Number of Books issued in a day, in a week, in a month, in a year etc.
Number of SMS/e-mail sent to users
Fine collection report etc
2. Any other report/job assigned to completion of the job
Note: The bidder should strictly follow the project schedule. All the trained manpower
deployed should be well mannered, disciplined and responsible.
E. PERFORMANCE GUARANTEE
The successful bidder will have to provide Performance Bank Guarantee of 10% of total cost of all the
Hardware, Software for a period of 3 years. The performance Bank Guarantee period will be effective
from the date of final installation/functional of the compete integrate system. Performance Security
should remain valid for a period of sixty days beyond the date of completion of all contractual
obligations of the supplier including warranty obligations.
F. BID EVALUATION CRITERIA
The bids conforming to the technical specifications, terms and conditions stipulated in the tender and
considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of
original of any or all documents/ documentary evidences pertaining to BRC, will be considered for
further evaluation as per the Technical Bid/Specification.
Queries and Clarification: The queries and clarification in this document must be addressed to
Librarian, GBL, BBAU, Lucknow and the same must be sent through conventional mail as well as e-
mail ([email protected]), in the format mentioned below:
S.No. Clause No as per BBAU Tender
Document No --------------
Your Understanding
/Interpretation
Clarification Sought
G. PENALTY CLAUSE
Penalties for Delay: In case of delay attributed solely to the negligence of the bidder in the execution
penalties at the following rates shall be imposed. The delay shall be based on the agreed
implementation schedule as per the supply of equipments and job work service level agreement:
I. 2% of the total cost of the project for delays of per months.
13
H. OTHER CONDITIONS
1. Confidentiality: The Bidder / Tenderer and their personnel shall not, either during the term or
after expiration of this Purchase order and work order, disclose any proprietary or confidential
information relating to the services, agreement or BBAU business or operations without the
prior written consent.
2. Force Majeure: During the pendency of the Licensee, Supply and Service Agreement if the
performance in whole or part thereof, by either party is prevented/delayed by causes arising due
to any war, hostilities, civil commotion, act of public enemy, sabotage, fire, floods, explosion,
epidemics, non-availability of raw material, and other consumables, or any other causes
including breakdown of equipment beyond their reasonable control. Neither of the two parties
shall be made liable for loss or damage due to delay or failure to perform the contract during the
pendency of forced conditions provided that the happenings are notified in writing within 7
days from the date of occurrence. The work shall be resumed under the contract as soon as
possible after the restoration of normalcy.
3. Termination of Purchase Order and Work Order: BBAU may, without prejudice to any
other remedy for breach of agreement, may terminate the work order in whole or in part, by
written notice of default sent to the Bidder, and the performance guarantee shall stand forfeited
if,
i. The Bidder fails to deliver /supply any or all of the obligations within the time period(s)
specified in the Purchase Order and work order/agreement, or any extension thereof granted by
BBAU.
ii. The Bidder fails to perform any other obligation(s) under the Purchase order and work
order/agreement and fails to rectify it within the notice period for the rectification of the same.
iii. Information submitted in technical proposal is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
4. Termination for Insolvency : BBAU may at any time terminate the Purchase order and work
order by giving written notice to the Bidder without compensation, if the Bidder becomes
bankrupt/insolvent, provided that such termination shall not prejudice or affect any right of
action or remedy which has accrued thereafter to BBAU.
5. Periodic monitoring and review: The Supply of equipment required software ,work and
progress of the work shall be periodically monitored and reviewed by a committee constituted
by BBAU for this purpose.
6. Suspension: BBAU may by a written notice of suspension to the Bidder / Tenderer, suspend all
payments to the Bidder under the Purchase order and work order, if the Bidder fails to perform
any of its obligations under this work order/agreement, (including the carrying out of the supply
and services).
7. Arbitration: All disputes, differences, claims and demands arising under or pursuant to or
touching the agreement shall be referred to the sole arbitrator to be appointed by BBAU. The
15
Annexure-I
TECHNICAL BID
TECHNICAL SPECIFICATIONS OF THE RFID & EM SOLUTION,
RETROCONVERSION OF LIBRARY DOCUEMTS AND IMPLEMENTATION
OF KOHA ILMS NEEDED BY GBL, BBAU, LUCKNOW
All the components chosen for complete solution must conform to ISO 15693/ISO18000-3 and
should be compatible with the ERP solution to be procured by the University in future.
The Proposed system must be compatible with KOHA latest version and other international
standard ILMS using SIP 2 or NCIP protocol code. No deviation will be accepted.
Sl. No Specifications of RFID Equipments
Specificati
on of the
product
quoted
Proposed
Make/Mod
el No and
country of
origin
Specifications
complied
yes/No
(If No, attach
Deviation
statement)
I. RFID Tag for books/ document Identification and Security,
integrated with KOHA latest version (Requirement:
Approximately 60000 tags and 60000 BBAU logo) and
Tagging of RFID Tags on all the documents & Shielding of
BBAU Logo on RFID Tags.
Specifications/features:
1. Passive re-writable RFID tags consisting microchip and
antenna a low acid free good quality self-adhesive RFID tags
having 4096 bits memory, 13.56 MHz frequency and built in
anti-theft control bit with lifetime guarantee.
2. The RFID chip used in the tag have three sections
i. Lockable section—for item identification
ii. Re-writable section for library specific use
iii. Security function (EAS) for item anti-theft
3. Tags should be ISO standards fully compliant with ISO
18000-3 Mode 1 and include both mandatory and optional
commands specified in ISO 15693-3
4. Dimensions: Tag size minimum 50 mm x 50 mm (l x W), (+/-
10%) 2000 per rolls (6000 per case)
5. Distance for detection from pedestal should be minimum of 36
inches and as per ISO18000-3
6. Data rate- Tag to Reader: 26kbps minimum, Reader to Tag: 26
kbps minimum.
7. A single tag for Identification and Anti-theft must be read even
m
a
n
d
s
s
p
e
c
i
f
i
e
d
i
n
I
S
O
16
if not visible and must read in any orientation. It must tamper
proof RFID and should support NCIP/SIP2 complied with
KOHA latest version and other international standard ILMS.
8. The proposed system tag must be guaranteed for the life of the
item on which it is originally affixed.
9. All data other than the SID on the re-writable RFID tag,
including the item identifier field, must be fully re-writeable.
10. The proposed system tags must enable the AFI security status
to be stored directly on the tag and must trigger an immediate
alarm if an item not charged is read by the detection system.
11. The vendor must provide the option of custom printing blank
tags with a barcode or library logo during converting
materials.
12. The vendor must provide the option of factory printed tags
using the Library‘s custom artwork.
13. The proposed RFID System must offer the option of punched
tags feature to mark those that are inoperative.
14. The proposed RFID tags must offer the option of opaque black
flood coat to hide antenna.
15. The proposed system tags must provide both security and
inventory control functionality.
16. The proposed system tags must use an anti-collision algorithm
that does not limit the number of tags which can be
simultaneously identified and read.
17. The proposed system tags must be adhesive-backed and one
piece (tag and label integrated into one piece) to adhere to
library materials without addition of an adhesive cover label.
18. The proposed system tags must use a low acid, or neutral pH,
adhesive.
19. The proposed system tags must be a one-step application, with
no need to apply a cover label over the tag inlay.
20. Recognizing that there is no library RFID tag or tag map
standard today, the library wants to go as far as is reasonably
possible to try to enhance its chances for interoperability in the
future. The proposed system shall be fully compliant with
ISO 18000-3 Mode 1, and include both mandatory and
optional commands specified in ISO 15693-3.
21. The vendor must offer a portfolio of tag options that will give
the choice of tag memory bit size.
22. The proposed RFID tags must have an operating range of -
25°C to +70°C approximately.
23. The proposed system must offer RFID Tags that utilize the
RTF(Reader Talks First) Architecture.
24. The vendor must test tags for long term reliability using
accelerated aging testing and show the data.
17
25. Security function (EAS) for item anti-theft (which can be
activated and deactivated).
26. The vendor must demonstrate the data in both graphical and
numerical formats.
27. The RFID system must offer a clear migration path to the ISO
tag data format standard when it is announced.
28. The RFID system must provide a product that can read
multiple published tag data formats at the same time.
29. The system must be able to simultaneously read country
specific (Danish, Dutch, Finnish, French) and selected RFID
vendor tag data formats.
30. The RFID vendor must attach their tag data format in the bid
response.
31. The RFID system must allow for simultaneous reading of
existing vendor supplied tag data format as well as the new
ISO tag data standard when it is announced so the library can
migrate their system to the new ISO tag data standard.
32. The vendor must show participation on the U.S. NISO
working group for library RFID standards. The vendor must
give the name of participants and number of meetings
attended.
33. The vendor must be able to demonstrate, upon request, how
they can read and write to multiple tag data formats.
34. All the tags must be covered with university logo. The printing
of logo with material will also be done at the end of bidder‘s
cost only.
II. Electromagnetic (EM) Security (Requirement: Approximately
60000 Strips) and Fixing of EM Strips on Library documents.
Specifications/features:
1. The Size of the Security Strip should be minimum
160MM X 3 MM for Hardbound and paperbound books and
periodicals.
2. Strips must be guaranteed to perform for Life Time of the
object in which they a placed.
3. Strips once applied on material should be hidden in Nature.
4. The security strips shall be one-piece, flexible, thin, non-
rusting metallic alloy coated with an adhesive film. The film
shall not discolor or lose its adhesive or cohesive strength with
age. The strips shall require no moisture, heat or additional
glue, or adhesive for affixing to library materials.
5. The strip shall not be shielded by the human body or by items
held back-to-back or cover-to-cover, or concealed in
briefcases or backpacks.
6. The strips shall be virtually unaffected by simple shielding
materials such as gum or cigarette wrappers.
18
7. Manufacturer shall warrant that the strips will be free of
defects in materials and manufacture for the lifetime of the
strip.
III. Staff work Station for RFID- One/Two (Optional): (A RFID
workstation will be used at the circulation counter of the library
for reactivating & deactivating RFID security (EAS-bit, setting
and resetting along with ID identification) and bar-coded issue
return system
Basically a Reader and Antenna with applications software with
following features, specifications and function:
Reader Specifications:
Operating frequency :13.56 MHz
Chip compatibility : ISO 15693/ISO 18000-3
RF Channels: 1
RF Output Power: 1 w
General Purpose Input/ Output (IO): 1 input and 1 output
Power Supply : 12 volts DC/ 240v±10%/50Hz./rechargeable
battery
Reading/Writing Range : 0-30 cm or more @ 81 mm x 49 mm
tag
Communication :Built - in TCP/IP
Interface : Standard Interface Protocol2 (SIP2)
Light weight
Communication Interface: RS232, RS485, USB
Antenna Specifications:
Operating Frequency Reader Compatibility: 13.56 MHz
RF Input Power : 1-1.2 w
Operating Temperature : 0° to 55° C (32° to 131°F)
Storage Temperature: Upto to 60°c
Read/write: 12‖ or more
Client Software should perform functions like tagging, check-out,
check-in, renewal, label monitoring, sorting etc should support
NCIP/SIP2 complied KOHA including other international
standard ILMS.
Other Features, specifications and function of work station:
1. Must be able to default scanning the barcode of the item if
RFID tag is not detected in the item.
2. Tagging/ Re-tagging after proper online validation of the title/
member records in ILMS database.
3. Tag monitoring by accessing item record from ILMS database.
4. Sorting by accessing Title record from ILMS.
5. Must allow for check-in, check-out and renewal of single and
19
multiple items if each item has an RFID tag.
6. The proposed system hardware must be attractive and
contemporary and be able to mount in or on the work surface
of a circulation station of the library.
7. The proposed system must provide dual function: capable of
processing RFID tabs and/or barcodes in the same circulation
transaction.
8. The proposed system must be able to read tags and display the
information contained on the RFID tag.
9. The proposed system must be provide a displayed count of the
number of items processed simultaneously to ensure complete
check-in/out transitions processing.
10. The proposed system must have the ability to read, program
and reprogram RFID tags.
11. The proposed system must not allow configuration of item
identifier parameters to automatically prevent programming of
partially scanned or incorrectly scanned barcodes.
12. The proposed system must have ‗Hot key‘ feature that can be
set up to mimic the ILMS F - key setup so there is only one
key stroke to change the system from check-out to check-in
module.
13. The system must provide visible indication if the system is
down.
14. The proposed system must use an anti-collision algorithm that
does not limit the number of tags which can be simultaneously
identified and read.
15. The proposed system must provide an RFID case set feature
that identifies with RFID if an item from the set is missing.
16. Provision for display of member photograph along with
member details while doing the transactions.
17. Personalize membership cards further.
18. Provision for display of reservations done by a member along
with sequence and date of collection.
19. Provision of enquiry of checkouts against a member and its
due date. This facility should be available on all transaction
screens for reducing response time while presenting the details
before the member.
20. Provision for details of fine against a member along with fine
receiving functionality.
21. Provision of slip printing containing the details of a
transaction.
22. Reserved titles get highlighted while check-in.
23. The RFID system must offer a clear migration path to the ISO
tag data format standard when it is announced.
24. The RFID system must provide a product that can read
20
multiple published tag data formats at the same time.
25. The system must be able to simultaneously read country
specific (Danish, Dutch, Finnish, French) and selected RFID
vendor tag data formats.
26. The RFID vendor must attach their tag data format in the bid
response.
27. The RFID system must allow for simultaneous reading of
existing vendor supplied tag data format as well as the new
ISO tag data standard when it is announced so the library can
migrate their system to the new ISO tag data standard.
28. The vendor must show participation on the U.S. NISO
working group for library RFID standards. The vendor must
give the name of participants and number of meetings
attended.
29. The vendor must be able to demonstrate, upon request, how
they can read and write to multiple tag data formats.
30. The proposed system must read the barcode and RFID Smart
Card currently used in the library i.e. MF1 ICS 7001 4Kbyte
contactless smart card IC designed for card IC coils following
mifare card IC coil design and is qualified to work properlyin
NXP reader environment which is built according to NXP
specification currently in the library. For further specifications
please browse the link http://pdf1.alldatasheet.com/datasheet-
pdf/view/228053/PHILIPS/MF1ICS7001.html.
21
IV. Staff work Station for EM – (One/Two) (Optional)
1. MUST be 100% compatible with the Library‘s
Electromagnetic Security Strips and Detection System and be
able to sensitize and desensitize the magnetic security strips.
2. System hardware must be attractive and contemporary, and be
able to be integrated into Library‘s own furniture.
3. The proposed system must be able to mount in or on the work
surface of a circulation station.
4. Must allow for check-in and checkout of multiple items.
5. Must have visual and audible cues to prompt the library staff
during the conversion process.
6. The proposed system must provide dual function: capable of
processing bar codes and EM in the same circulation
transaction.
7. The proposed system must be able to be used for charge and
discharge of library materials.
8. The proposed system must provide a displayed count of the
number of items processed simultaneously to ensure complete
check-in/out transaction processing.
9. The proposed system must recognize that an item is magnetic
media. It must transfer magnetic media ID to the circculation
system and automatically turn off the desensitizer, so it does
not destroy the magnetic media.
10. The proposed system must not require mouse activations to
process most items (Exceptions made for configuration
changes, error handling situations).
11. The proposed system must allow configuration of item
identifier parameters to automatically prevent programming of
partially scanned or incorrectly scanned barcodes.
12. The proposed system must have a ―hot key‖ feature that can
be set up to mimic the Integrated Library System (ILS) F –
Key setup so there is only one key stroke to change the system
from check-out to check-in module.
13. The system must provide visible indication if the system is
down.
14. The proposed system must use an anti-collision algorithm that
does not limit the number of tags which can be simultaneously
identified and read.
15. The proposed system must provide a verifier light which
confirms the presence of a sensitized Electromagnetic Security
strip.
16. The proposed system must read the barcode and RFID Smart
Card currently used in the library i.e. MF1 ICS 7001 4Kbyte
contactless smart card IC designed for card IC coils following
22
mifare card IC coil design and is qualified to work properlyin
NXP reader environment which is built according to NXP
specification currently in the library. For further specifications
please browse the link http://pdf1.alldatasheet.com/datasheet-
pdf/view/228053/PHILIPS/MF1ICS7001.html.
23
V. Staff work Station Hybrid/Combined for EM and RFID
– (One/Two) (Optional)
(A Combined RFID and EM workstation will be used at the
circulation counter of the library for reactivating & deactivating
RFID and EM security (EAS-bit, setting and resetting along
with ID identification) and bar-coded issue return system).
Specifications:
The combined system should include all the specifications
provided in Staff work Station for RFID at Sl. No. III with the
following additional Specifications:
1. Must be able to default to scanning the barcode of the item if
RFID tag & EM strip are not detected in the item. MUST be
100% compatible with the Library‘s EM Security Strips and
Detection System and be able to sensitize and desensitize the
magnetic security strips.
2. System hardware must be attractive and contemporary, and be
able to be integrated into Library‘s own furniture.
3. The proposed system must be able to mount in or on the work
surface of a circulation station.
4. Must allow for check-in and checkout of multiple items, if
each item has an RFID Tag and EM strip.
5. Must have visual and audible cues to prompt the library staff
during the conversion process.
6. The proposed system must provide dual function: capable of
processing RFID tags and EM with bar-codes scanning in the
same circulation transaction.
7. The proposed system readers must be able to read tags and
display the information contained on the RFID tag.
8. The proposed system must be able to be used for charge and
discharge of library materials.
9. The proposed system must provide a displayed count of the
number of items processed simultaneously to ensure complete
check-in/out transaction processing.
10. The proposed system with RFID must recognize that an item
is magnetic media. It must transfer magnetic media ID to the
circ system and automatically turn off the desensitizer, so it
does not destroy the magnetic media.
11. The proposed system must have the ability to read, program,
and reprogram RFID tags.
12. The proposed system must not require mouse activations to
process most items (Exceptions made for configuration
changes, error handling, or tag reprogramming situations).
13. The proposed system must allow configuration of item
identifier parameters to automatically prevent programming of
24
partially scanned or incorrectly scanned barcodes.
14. Must combine the reading of an RFID tag and the sensitizing
and desensitizing of existing security strips into one operation.
15. The proposed system must have a ―hot key‖ feature that can
be set up to mimic the Integrated Library System (ILS) F –
Key setup so there is only one key stroke to change the system
from check-out to check-in module.
16. The system must provide visible indication if the system is
down.
17. The proposed system must use an anti-collision algorithm that
does not limit the number of tags which can be simultaneously
identified and read.
18. The proposed system must provide a verifier light which
confirms the presence of a sensitized Electromagnetic Security
strip.
19. The proposed system must provide an RFID case set feature
that identifies with RFID if an item from the set is missing.
20. The proposed system must read the barcode and RFID Smart
Card currently used in the library i.e. MF1 ICS 7001 4Kbyte
contactless smart card IC designed for card IC coils following
mifare card IC coil design and is qualified to work properlyin
NXP reader environment which is built according to NXP
specification currently in the library. For further specifications
please browse the link http://pdf1.alldatasheet.com/datasheet-
pdf/view/228053/PHILIPS/MF1ICS7001.html.
VI. Combined Self Check-In and Check-out Units (The unit
should work for both EM and RFID)- (One)
It should work for self issue and return of multiple documents to
the library users simultaneously through RFID, EM and barcodes.
Specifications:
• Long range RFID Reader and Antenna with multiple
Read/Write facility
• Customizable Kiosk Shell to suit the library decor
• High Speed Thermal Kiosk slip Printer
• LED flat Touch Screen Monitor (Capacitive Technology,
minimum 20" or higher)
• High resolution display
• Branded/Reputed Small Factor CPU
• Multi protocol firmware ISO 15693 and ISO 18000
compliant
• Communication interface — USB
• Client Software should perform functions like tagging,
25
check-out, check-in, renewal, label monitoring, sorting etc
should support NCIP/SIP2 complied with KOHA latest
version and other international standard ILMS.
• The client software should interface with the ILMS Software.
Other Specifications:
1. The proposed system‘s Electromagnetic Security with RFID
self-checkout units must be able to read item-specific
identification numbers, communicate to the host circulation
system to update the Library‘s inventory, and turn the security
status off.
2. The purposed system must have self-issue, self-return and
self-renewal functionality.
3. The proposed system must be dual function-capable of
processing, Electromagnetic Security Strips, RFID tags item
as well as bar codes in the same transaction.
4. The proposed system must use an anti-collision algorithm that
does not limit the number of tags which can be simultaneously
identified and read up to eight inches high.
5. The proposed system must have the ability to be built into
existing circulation desks, with touch screen monitors that
display instructions for use.
6. The proposed system must be touch screen.
7. Printer‘s minimum dimension should be 8.5‖d x 5.6‖h x 6.2‖
w.
8. The proposed system must have the ability to print out all
information for a patron check-out or check-in transaction on a
single receipt. Such receipt should be customizable to
incorporate library identity, hours etc.
9. The proposed system must have the ability to perform check-
in and check-out functions using RFID tags and
Electromagnetic Security Strips.
10. The proposed system should have the ability to protect book
from falling.
11. The system should alarm when it is 80 per cent and 100 per
cent full.
12. The system should be of such design that items cannot be
retrieved back once deposited.
13. The proposed system must simultaneously process multiple
RFID-tagged items and Electromagnetic Secured Items during
check-out.
14. The proposed system must have the facility for the customer to
perform item renewals with physically present the document
and without physically present the document. The GBL can
26
choose any system. The facility can restrict number of renewal
and reserved items to renewal.
15. The proposed system must be capable of reading item
barcodes located in various locations, including inside or
outside, top or bottom of the front or back cover, or inside on
the top or bottom of the front or back fly page.
16. The proposed system‘s self-checkout units should have
customizable messages based on patron and item status.
17. The proposed system should be able to reject the improper
book to return.
18. The proposed system must display ILS system information
relating to the patron or item status.
19. The proposed system must provide visual and audible
feedback during the transaction.
20. The proposed system must have the ability to display select
information from patron record, such as number of items
checked out, number of items on hold, outstanding fine
information without compromising patron privacy.
21. The proposed system must have customizable instructions.
22. The proposed system must currently display multiple language
options on self-check unit banners, instructions and messages.
Bidder must offer a wide variety of languages to meet the
current and future needs of our community and demonstrate
this by providing a list of the languages we can currently
choose from. The system must allow the library to select 4
languages to be used on one self-checkout system.
23. The proposed system stations must deactivate the theft or
security status on the materials when checked out.
24. The proposed system must have the ability to perform off-line
transactions and maintain records of all barcodes checked out
when the ILS is offline, and then upload transactions when the
ILS is back online.
25. The proposed system must turn on/off the security feature on
Electromagnetic Security Strips and RFID tags to allow secure
Library operation during offline situations.
26. The proposed system must provide performance statistics that
can be accessed through the web. Data must be broken down
by day of the week and hour of the day. Data to include:
Number of transactions, type of transaction, and number of
successful and unsuccessful transactions.
27. The proposed system must offer the patron the option of
email, paper receipt or no receipt.
28. The proposed system must offer web-based remote monitoring
and diagnostics which must include instant email notification,
monitoring of check-in and out rates, web-based
27
troubleshooting, and the ability to obtain statistics for each
machine from any location.
29. The proposed self-checkout system must provide at least
100% first time user success for the library customers.
30. The proposed system must offer the option of a stand alone
kiosk or the ability to build into a RFID Friendly counter.
31. The proposed system kiosk must be available with both
laminate and solid surface option.
32. The proposed system must provide Customer/Staff selectable
check-out and in software feature.
33. The proposed system must provide UL listing number and
FCC certification numbers for complete self-checkout system.
34. The proposed system must only provide one screen for
increased usage of self-checkout system.
35. The proposed system must allow multiple item check-outs
without first choosing the number of items that you want to
check-out.
36. The fines and fees system shall be integrated into a self-
service check-out system.
37. The fines and fees system shall utilize a seamless user
interface that is integrated into the self-service process.
38. The fines and fees system must provide both audible and
visual feedback when responding to the interaction with the
user interface.
39. The fines and fees system shall offer the library the ability to
set the fine and/or fee thresholds that will trigger a message
and block the customer‘s check-out privileges if they exceed
the maximum threshold.
40. The fines and fees system will allow for minimum, partial, or
full payment of the fines or fees as determined by the library.
41. The proposed system must read the barcode and RFID Smart
Card currently used in the library i.e. MF1 ICS 7001 4Kbyte
contactless smart card IC designed for card IC coils following
mifare card IC coil design and is qualified to work properlyin
NXP reader environment which is built according to NXP
specification currently in the library. For further specifications
please browse the link http://pdf1.alldatasheet.com/datasheet-
pdf/view/228053/PHILIPS/MF1ICS7001.html.
42. The fines and fees system shall print a receipt separate from
the check-out receipt.
43. The fines and fees payment method accepted at the system
will include cash. However, the generated fee/fine (cash) will
be deposited at the issue-return counter of GBL and the system
should generate payment receipt.
28
VII. Library Security Gate i.e. 3 EAS (Electronic Article
Surveillance) pedestals Gates compatible with RFID
Tags complete in all respect with necessary accessories
(Optional four pedestal) – (One) (optional).
Library security gate for RFID along with Dome Camera & DVR
integrated with EAS Gates Security. gate should include three
theft detection pedestals, which are interdependent of each other
and also have overlapping protection zones providing additional
security. We plan to install these pedestals at one location in the
library i.e. Entrance of the Library. The system should have
suitable number of I/O ports for Standard electronic counter, web
cam trigger, CCTV, Locking gates, etc. The offer must complete
in all respects and must include all the components required for
the functionality of the system.
Operating Frequency: 13.56 MHz
Chip Compatibility: ISO 15693/18000-3. Can be configured to
detect different chip types simultaneously.
Detection Range: Upto 100 (cm) on either side between two
pedestal (application dependent). Specific version includes
Ethernet interface. If EAS on detected, chip type, ID number, date
and time are stored.
Pedestal including 1 antenna set (3 antennas) for large detection
field and 1 electronic unit (Controller) integrated into the pedestal
bottom
Security Mode Alarms: EAS & AFI (Application Family
Identifier) Lights and Buzzer located at the top of the pedestal.
Dome Camera (Color)
Gate Synchronization: RF Protocols
People Counter: Counts in/out traffic located at the bottom
embedded of the pedestal. 9.DVR Recorder with 17‖ LCD/LED;
500 GB HDD & Recording software including cabling; etc.
Communication Interface: RS 232/RS 422/RS 485 or Ethernet
Pedestal Spacing: 36‖ between pedestal
Power Supply: 85 to 265 V AC/ 240v±10%/ 50-60Hz/AC
Casing : High quality plastic KYDEX UL 94 V. in two tone gray
Dimension : Approximately 620x80x1779 mm (24.4x3.1x70 in)
Weight : 2.5 kg (55 lb)
Operating Temperature: 0° to 55°c (32 to 131 F)
Powerful DSP (Digital Signal Processor)
Library security gate should also have following specifications as
mentioned below:
29
1. The Detection Panel Height should be approximately 75
inches in height, 44 inches width and 26 inches depth.
2. Must be able to detect Print Materials, CD, Single sided DVD,
Audio Cassettes and Video Cassettes.
3. Optional CCTV Alarm system and voice alarm system must
be available.
4. Upgradeable facility from Single to Dual Corridor should be
there.
5. The system shall interrogate "look for" library materials only
when activated by exiting patrons.
6. The library detection system will be microprocessor controlled
and software driven for the most reliable electronic
surveillance of exiting patrons.
7. The system should have Photocell Activation.
8. The system will contain a built-in, highly accurate patron
counter.
9. The system must provide both an audible and visible alarm
when responding to an active tag in the corridor.
10. The entire system shall be designed to meet federal and state
fire codes, and be in compliance with ADA (Automatic
Detection Antenna).
11. The alert over wrongful exit of an RFID tagged
book/document must be to the Security In-charge/ Circulation
In-charge through mobile phone.
VIII. Library Security Gate i.e. 3 EAS pedestals Gates for EM
Strip complete in all respect with necessary accessories
(Optional four pedestal) -(One)
Security gate should include three theft detection pedestals,
which are interdependent of each other and also have overlapping
protection zones providing additional security. We plan to install
these pedestals at one location in the library i.e. Entrance of the
Library. The system should have suitable number of I/O ports for
Standard electronic counter, web cam trigger, CCTV, Locking
gates, etc. The offer must complete in all respects and must
include all the components required for the functionality of the
system.
Security Mode Alarms: EAS & AFI (Application Family
Identifier) Lights and Buzzer located at the top of the pedestal.
Dome Camera (Color)
Gate Synchronization: RF Protocols
People Counter: Counts in/out traffic located at the bottom
embedded of the pedestal. 9.DVR Recorder with 17‖ LCD/LED;
500 GB HDD & Recording software including cabling; etc.
30
Pedestal Spacing: 36‖ between pedestal
Power Supply: 85 to 265 V AC/ 240v±10%/ 50-60Hz/AC
Casing : High quality plastic KYDEX UL 94 V. in two tone gray
Dimension : Approximately 620x80x1779 mm (24.4x3.1x70 in)
Weight : 2.5 kg (55 lb) approx.
Operating Temperature: 0° to 55°c (32 to 131 F)
Powerful DSP (Digital Signal Processor)
Library security gate should also have following specifications as
mentioned below:
1. Systems shall use Electromagnetic Detection Principles.
2. The Detection Panel Height should be approximately 75
inches in height, 44 inches width and 26 inches depth.
3. Must be able to detect Print Materials, CD, Single sided DVD,
Audio Cassettes and Video Cassettes.
4. Optional CCTV and Voice alarms System must be available.
5. Upgradeable facility from Single to Dual Corridor should be
there.
6. The system shall interrogate "look for" library materials only
when activated by exiting patrons.
7. The library detection system will be microprocessor controlled
and software driven for the most reliable electronic
surveillance of exiting patrons.
8. The system should have Photocell Activation.
9. The system will contain a built-in, highly accurate patron
counter.
10. The system must provide both an audible and visible alarm
when responding to an active strip in the corridor.
11. The entire system shall be designed to meet federal and state
fire codes, and be in compliance with ADA.
IX. Shelf Management System/Portable Handheld RFID Reader
with Antenna (Two)
Features/specifications
1. WiFi Portable Library Inventory Reader with two units of
rechargeable NiMH batteries along with one reputed/ branded
Pocket PC with 64 MB and One reputed/branded Notebook
Software.
2. Chip Compliance- ISO 15693/18000-3
3. Frequency -13.56 MHz
4. Maximum Input – 1W
5. Memory card: 256 MB or more
6. Tag Reading Speed-15 books/sec minimum or more.
31
7. Software: Client software for Pocket PC/Notebook to perform
functions like tagging, check-out, check-in, renewal, label
monitoring, sorting, searching, etc. Should support NCIP/SIP2
complied with KOHA latest version and other international
standard ILMS.
8. The portable handheld reader and any accessories needed to
meet all the specifications in this section and must be a
cordless, one-piece design, to be held in one hand.
9. The total weight of the portable handheld reader must weigh
less than 28 ounces, including battery, RFID reader, antenna,
display and computing unit, and any other components that
must be carried by the user.
10. The proposed portable handheld reader must accommodate
data collection simultaneously with other functions. These
other functions must include shelf reading, inventory,
identifying items on search lists, and items with incorrect
security.
11. The proposed portable handheld reader must accommodate
Shelf order checking: to locate items that are out of place on
the shelves. This capability must be sensitive enough to locate
items that are out of place by as little as 5 inches.
12. The proposed system must accommodate Searching: to
identify items on multiple, user defined search lists, (e.g.
Missing, Claims Returned, Billed and Paid, lost, weed, etc).
13. The proposed system must accommodate secure status
checking: to allow a user to identify individual items which
have not been properly checked out and have caused an alarm
of the detection system.
14. Secure status checking capability must also allow the user to
scan items on library carts or shelves to identify individual
items which have not been properly checked in, before re-
shelving.
15. The proposed portable handheld reader must have the ability
to upload barcodes to the Library‘s circulation system in
various text file formats that can be customized to match the
circulation system requirements.
16. The proposed system must accommodate Finding: to allow a
user to quickly enter search criteria directly into the device,
then search for items which meet that criteria. Must allow
display of the title of item on the device.
17. The proposed system must accommodate Sorting: to assist a
user with sorting items on a shelf or cart.
18. The proposed system must accommodate Pulling: to assist the
user with finding items on hold (reserve) or weed lists, or
other user-defined lists available from the circulation system.
32
19. The proposed system must accommodate Shelving: to assist a
user with shelving an item.
20. The portable handheld reader must feature a color touch
screen display and use a removable memory card.
21. The portable handheld reader must be easily set down on a
library shelf or cart when necessary to free the user‘s hands.
22. The portable handheld reader must incorporate an ergonomic
design, to aid user in reading shelves at all levels easy to use
and be relatively non-stressful to wrist, arm, shoulder and
elbow.
23. The portable handheld reader battery life must allow the user
to work for at least 4 hours before charging or changing
batteries is required.
24. The portable handheld reader must have built-in diagnostics
for troubleshooting.
25. The portable handheld reader must use an anti-collision
algorithm that does not limit the number of tags which can be
simultaneously identified and read.
26. The portable handheld reader must have the capacity to
download at least 1 million items from Library‘s automation
system onto the portable handheld reader memory medium.
27. The portable handheld reader system must have the capacity to
read multi-line, fixed-length-field, or delimited-field records
from an electronic file containing shelf or search lists and
create a portable database for use in a portable handheld RFID
reader.
28. The handheld reader must direct the user to items on ―pull‖
lists and provide a method to keep track of which items have
been found and which have not been found.
29. The portable handheld reader must be multi-functional to
provide efficient collection management.
30. The proposed portable handheld reader must accommodate
data collection to collect and store identifiers of items scanned,
and store those items in user-defined categories for upload.
This capability must allow storage of up to 1 million items
prior to upload.
31. The search capability must be active during order checking,
data collection, sorting, pulling, and finding functions, with
option to turn it off if desired.
32. The proposed system must validate item identifier (barcode)
data from input lists and provide a log of errors found.
33. The proposed system must process results of data collection
sessions or pull sessions, reading these results from the
memory card and creating PC files containing lists of collected
data, lists of items pulled, and lists of items not pulled.
33
34. The proposed portable handheld reader must have an audible
tone and visible indicators to verify item has been identified.
The audible tones shall be adjustable by the user.
35. The proposed portable handheld reader must be cordless.
36. Must provide UL listing number and FCC listing for complete
portable handheld reader.
X. Book Drop Box (One Unit) (Optional two unit)
Hardware: RFID Reader + Antenna + Book Drop Box with:
1. Branded/Reputed Steel Enclosure from the firm which has
national/global presence
2. Check In RFID Reader (Ethernet): 13.56 MHz, ISO 15693
and ISO 18000 compliant
3. 250 Books Receiving Cart X 2 No (Branded/Reputed, having
national/global presence)
4. Ethernet High Speed Thermal Slip Printer (Reputed/Branded)
5. Client software for checking-in facility and communicating
with ILMS Software with provision for E-mail/SMS
Confirmation
6. Magnetic Flap lock
7. Book Full Sensor
8. Book Bin full indicator to the counter station
9. Fire and water proof
10. Light weight
11. Multi protocol firmware ISO 15693 and ISO 18000 compliant
12. Should support NCIP/CIP2 complied with KOHA latest
version and other international standard ILMS USB
Communication interface.
Software layer for check-in facility and communicating with
KOHA latest version and other international standard ILMS.
XI. Printer for printing RFID tag based Library Membership
Card (One ) (optional)
Single Side Card Printer
Print Method Dye-sublimation / resin thermal transfer
Resolution 300 dpi (11.8 dots/mm) continuous tone
Colours Up to 16.7 million / 256 shades per pixel
Print Speed** 6 seconds per card (K*); 8 seconds per card
(KO*); 16 seconds per card (YMCKO*); 24 seconds per card
(YMCKOK*)
Accepted Standard Card Sizes CR-80 (3.375˝L x 2.125˝W /
85.6 mm L x 54 mm W); CR-79 adhesive back (3.313˝L x
2.063˝W / 84.1 mm L x 52.4 mm W)
Print Area CR-80 edge-to-edge (3.36˝L x 2.11˝W / 85.3 mm L
x 53.7 mm W); CR-79 (3.3˝L x 2.04˝W / 83.8 mm L x 51.8
mm W)
34
Accepted Card Thickness .009˝ - .040˝ / 9 mil - 40 mil / .229
mm - 1.016 mm
Accepted Card Types PVC or polyester cards with polished
PVC finish; monochrome resin required for100% polyester
cards;
Input Hopper Card Capacity 100 cards (.030˝ / .762 mm)
Memory 32 MB RAM
Software Drivers Windows® XP, Server 2003 & 2008,
Windows® 7, Windows® 8 (32 bit & 64 bit), Linux should
include print head also.
Interface USB 2.0, optional Ethernet with internal print server
Supply Voltage 100-240Vac, 50-60Hz, 1.6 Amps max
XII. RFID Smart Card (Optional).
RFID Smart Cards [Smart Cards for 500 Patrons]ISO
15693/18000-3 with minimum of 4096 Bits Memory]. Smart
card should follow the mifare card IC coil design guide.
Specifications :
Dimensions : 86mm x 54mm x 0.9mm (App.)
Unique Serial No. : 64 bit ID
Antenna size : 45x76mm
Frequency : 13.56 MHz
Memory : 4096 bit
Operating distance : 1.20 mts or more
Material : PVC ISO Hard Plastic
(Direct Print)
Standard : ISO
Credit Cards, white
printable surface
Printing : Colour
XIII. Spine labels for 60000 document and barcode labels for 35000
documents (two barcodes to be pasted on each document). It
is informed that barcodes are already pasted on about 25000
documents.
*XIV. Retrospective conversion of about 60000 Library Books/
documents in MARC-21 with bar coding and spine labeling of
documents.
**XV Open Source Integrated Library Management Software
(ILMS) i.e. KOHA latest version with Linux Operating
System (Multiple User and Branch library handling) and
SIP2/NCIP protocol integrated with KOHA - (One)
XVI. Project management and Implementation (i.e. Installation,
commissioning etc).
35
*XIV. Technical Specifications & Special conditions for doing the jobs of Retrospective conversion
of about 60000 Library Books/ documents in MARC-21 database with bar-coding and spine
labeling of documents at GBL, BBAU, Lucknow.
The GBL has collection of about 600000 books/documents. The retrospective conversion of library
books/ documents will be done at GBL directly from documents according to fields/data sheet provided by GBL.
The job of Spine labeling with printed call number, bar-code labeling (at two places) to be done for each
document. Documents will be re-shelving at proper places after data entry, bar-coding, spine labeling etc. All the
barcodes and labels should be covered by good quality transparent cello tape. Other specifications, conditions etc.
for retrospective conversion of GBL documents are given below:
1. Place of work will be Gautam Buddha Library (GBL), BBAU, Lucknow.
2. The GBL will use International Standard Web-based ILMS KOHA latest version or any international
standard ILMS on LINUX platform.
3. Arrangement of computers and other peripherals required for converting the data in machine-readable form
will be the responsibility of the agency.
4. The agency once allocated the work will be given fifteen working days to start the work.
5. GBL, BBAU, Lucknow will supply the data input sheets format for inputting data in MARC-21, which the
agency may duplicate as per their requirements.
6. Before switching over to enter the data directly from the documents, the agency has to fill at least 500
records to satisfy GBL about the correctness of the data cataloging and MARC-21 format.
7. Sources of the data entry will be from the original books/documents. Book Data Sheet for
books/copies/multivolume will be prepared from the original document.
8. Taking out and restoration of books will be the responsibility of the concerned agency. Books will be fully
prepared before restoration. Books have to be restored in the same location without affecting the existing
sequence.
9. Stationary such spine labels, barcode labels etc for preparation of documents/books will be provided by the
Bidder with the consent of GBL.
10. Cataloguing has to be done according to Anglo-American Cataloguing Rules, edition II (AACR-II).
Rendering of Author, Title and other bibliographical data elements should adhere to this code standard.
11. Allocation of subject headings (minimum four depending upon the subject) will have to be allocated
according to either Library of Congress Subject Heading List (LCSH) / Sears List of Subject Heading
(SLHS), which will have to give on the backside of the documents and enter in the database.
12. Generation of authority files for uncontrolled vocabulary such as subject headings, authors etc. has also to be
done by the agency.
13. Editing of the data of hard copy/input sheets or of electronic worksheets will be the responsibility of the
agency and will have to correct the data after checking free of charge.
36
14. All Input sheets prepared in the course of work shall be subject to check by GBL to ensure the accuracy of
the information. Printed data sheet should be provided to GBL for checking online or otherwise. The
Bidder shall rectify all errors and omissions detected during the checking.
15. Agency will print and affix printed barcode on the documents at two places. Barcodes are already pasted on
about 25000 documents at GBL.
16. Bibliographic information of minimum 6000 documents should be converted in MARC-21 on monthly basis
by the agency. The quality and standard of the data entry should be the sole responsibility of the agency, for
quality control the agency should have necessary infrastructure and professionally qualified team of
personals.
17. The agency will supply one printed copy of each record to the GBL for online validation of the data.
18. Weekly progress report to be submitted for monitoring the progress of work.
19. Payment will be made after completion/ validation of 10000 records. The bill should be submitted for
payment on the completion of retrospective conversion of 10000 records after proper inspection of the job by
the Assistant Librarian/Librarian. No advance payment will be made in this regard.
20. An amount of 10% shall be retained as performance security by BBAU, in the form of deduction from each
bill and shall be released, without any accrued interest, on completion of work. Final settlement of the
account will be made only when the database is made operational/functional in all respect.
21. If the work is not to the satisfaction of the awarding authority, the competent authority has the right to deduct
the payment depending upon the work, which is unsatisfactory. If it is found that the work process is not up
to the mark, the awarding authority reserves the right to cancel the contract by making the payment only for
the approved/finished portion of the work.
22. Copyright of the Bibliographic Database created by the agency shall rest with GBL and the agency shall
have no claim on this, whatsoever.
23. The agency should quote clearly the rate of retrospective conversion of documents in figure and words on
per record basis as mentioned in the financial bid.
24. The agency has to hand over the online databases ready in all respects for use in the library.
25. A contract Agreement shall be signed with all the parties offered, the job indicating the performance
schedules, the defect liability, the date of completion, the method of payment and other relevant factors, etc.
26. Competent authority reserves the right to call the agency for corrections if detected even at a later stage.
27. The languages of documents to be entered should be specified clearly, if any discrepancy the rates quoted for
English shall be considered final.
28. The successful bidder shall appoint a Project Manager on site, as mentioned in the technical manpower
shall be responsible to coordinate all aspects of the work. The name of the Project Manager will be subject
to approval of GBL. The Project Manager shall be available in the GBL premises during the entire period of
the project.
37
29. The successful bidder shall also deploy Two Senior Library Professionals on site with the approval of the
GBL who will ensure that strict professional standards are maintained while undertaking the work.
30. For data entry vendors have to provide persons having at least BLIS (Bachelor of Library and Information
Science) Degree.
31. Vendors should have to submit two names as Supervisors one for verifying data entry and another one for
verifying Data Sheet along with their designation, qualification and experiences.
32. The work must be start within 21 days after issuing of the work order from our end.
33. Copy of the Balance Sheet and Audited Accounts for the last three years (as mentioned) should be enclosed.
34. The bidder may use separate sheets, if needed.
35. The bidder shall not Sub-contract, transfer or assign the work under any circumsta nces. GBL shall have
the r ight to cancel the Contract and forfeit any amount due if this clause is violated by the bidder.
36. The applicable duties/taxes/levies or any other charges should be mentioned separately.
37. The university reserves the right to cancel any or all tenders without assigning any reason.
38. Essential Data entry fields/Tags of MARC-21 are given below. It will be revised/modified and added more
fields according to the requirement of the GBL at any time during the project execution & maintenance
period of the project. Main filed tags are provided and all the subfields will be entered in the subfield
code of MARC-21.
i. Essential MARC21 Tags for Books
S.No. Tags Description Remarks
1. 000 Leader
2. 008 Fixed length Data Elements general Information
3. 020 International Standard Book Number (ISBN)
4. 022 International Standard Serial Number (ISSN)
5. 082 Dewey Decimal Classification Number
$a Classification number
$b Item number
$b DDC number‐ ‐ abridged NST version
$2 Edition number
6. 100 $a Main Entry Personal Name
38
$b Numeration
$c Titles and other words associated with a name
$d Dates associated with a name
$e Relator term
$f Date of a work
$1 Language of a work
$t Title of a work
7. 110 Main Entry- Corporate Name
$a Corporate name or jurisdiction name as entry element
$b Subordinate unit
$c Location of meeting
$d Date of meeting or treaty signing
$g Miscellaneous information
8. 111 Main Entry- Meeting Name
$a Meeting name or jurisdiction name as entry element
$c Location of meeting
$d Date of meeting
$e Subordinate unit
$f Date of work
$k Form subheading
$1 Language of a work
$n Number of part/section of a work
$p Name of part/section of a work
$t Title of a work
9. 245 Title Statement
39
$a Title
$c Statement of responsibility, etc.
$f Inclusive dates
$g Bulk dates
$h Medium
$n Number of part/section of a work
$p Name of part/section of a work
10. 250 Edition Statement
$a Edition statement
$b Remainder of edition statement
11. 260 Publication, Distribution, Etc. (Imprint)
$a Place of publication, distribution, etc.
$b Name of publisher, distributor, etc.
$c Date of publication, distribution, etc.
$e Place of manufacture
$f Manufacturer
$g Date of manufacturer
12. 300 Physical Description
$a Extent
$b Other physical details
$c Dimensions
13. 365 Trade Price
$a Price type code
$b Price amount
$c Currency code
40
$d Unit of pricing
$e Price note
14. 500 General Note
$a General Note
15. 504 Bibliography, Etc. Note
$a Bibliography
16. 520 Summary, Etc.
$a Summary
17. 546 $a Language Note
18. 600 Subject Added Entry‐ Personal Name
$a Personal Name
$b Numeration
$c Titles and other words associated with a name
$d Dates associated with a name
19. 610 Subject Added Entry‐ Corporate Name
$a Corporate name or jurisdiction name as entry element
$c Location of meeting
$d Date of meeting or treaty signing
20. 611 Subject Added Entry‐ Meeting Name
$a Meeting name or jurisdiction name as entry element
$c Location of meeting
$d Date of meeting or treaty signing
21. 630 Subject Added Entry‐ Uniform Title
$a Uniform title
$d Date of treaty signing
41
$f Date of a work
22. 648 Subject Added Entry‐ Chronological Term
$a Chronological term
23. 650 Subject Added Entry Topical Term
$a Topical term or geographic name as entry element
$c Location of event
24. 651 Subject Added Entry‐ Geographic Name
$a Geographic name
25. 700 Added Entry- Personal Name
$a Personal name
$b Numeration
$c Titles and other words associated with a name
$d Dates associated with a name
26. 710 Added Entry- Corporate Name
$a Corporate name or jurisdiction name as entry element
$b Subordinate unit
$c Location of meeting
$f Date of a work
27. 711 Added Entry- Meeting Name
$a Meeting name or jurisdiction name as entry element
$c Location of meeting
$d Date of meeting
$f Date of a work
$g Miscellaneous information
28. 852 $a Location
42
$b Sublocation or collection
$c Shelving location
$t Copy number
$z Public note
29. 856 Electronic Location and Access URL
ii. Essential MARC21 Tags for Serials
S.No. Tags Description Remarks
1. 000 Leader
2. 008 Fixed length Data Elements general Information
3. 020 International Standard Book Number (ISBN)
4. 022 $a International Standard Serial Number (ISSN)
5. 030 $a CODEN Designation
6. 082 Dewey Decimal Classification Number
7. 100 Main Entry Personal Name
8. 110 Main Entry- Corporate Name
9. 111 Main Entry- Meeting Name
10. 222 $a Key Title
11. 245 Title Statement
12. 250 Edition Statement
13. 260 Publication, Distribution, Etc. (Imprint)
14. 300 Physical Description
15. 310 Current Publication Frequency
$a Current publication frequency
$b Date of current publication frequency
43
16. 321 Former Publication Frequency
$a Former publication frequency
$b Dates of former publication frequency
17. 365 Trade Price
18. 500 General Note
19. 504 Bibliography, Etc. Note
20. 515 Numbering Peculiarities Note
$a Numbering peculiarities note
$z Source of note information
21. 520 Summary, Etc.
22. 546 Language Note
23. 600 Subject Added Entry‐ Personal Name
24. 610 Subject Added Entry‐ Corporate Name
25. 611 Subject Added Entry‐ Meeting Name
26. 630 Subject Added Entry‐ Uniform Title
27. 648 Subject Added Entry‐ Chronological Term
28. 650 Subject Added Entry Topical Term
29. 651 Subject Added Entry‐ Geographic Name
30. 700 Added Entry- Personal Name
31. 710 Added Entry- Corporate Name
32. 711 Added Entry- Meeting Name
33. 852 Location
34. 856 Electronic Location and Access URL
44
iii. Essential MARC21 Tags for Thesis/Dissertations*
S.No. Tags Description Remarks
1. 502 DISSERTATION NOTE
$a Dissertation note
$b Degree type
$c Name of granting institution
$d Year of degree granted
$g Miscellaneous information
$o Dissertation identifier
$6 Linkage
$8 Field link and sequence number
iv. Essential MARC21 Tags for CDs/DVDs & Other Audio Visual Files
S.No. Tags Description Remarks
1. 007 Electronic Resource
2. 256 $a Computer File Characteristics
3. 306 Playing Time
4. 307 Hours, Etc.
5. 508 Creation/Production Credits Note
6. 516 Type of Computer File or Data Note
**XV. Technical Specifications & Special conditions for Open Source Integrated Library Management
Software (ILMS) i.e. KOHA latest version with Linux Operating System (Multiple User and Branch library
handling) and SIP2/NCIP protocol integrated with KOHA.
Standard Open source KOHA latest version with all the features should be installed on LINUX operating
system like Ubuntu LTS/CentOS latest version. The operating system will also be installed and
maintain/managed by the bidder.
45
Installation and implementation of KOHA for library housekeeping operations with training (including
KOHA administration training) of library staff with three years onsite maintenance of the system/
solution.
LINUX installation and basic administration training of LINUX.
Customization of KOHA according to the requirement of the GBL, BBAU.
Other specifications are given bellow. These specifications will be updated, customized and modified according
to the requirement of the library by the bidder during the maintenance period i.e. 3 years.
S.
No
Requirement Specifications
GENERAL REQUIREMENTS
1. KOHA ILMS
Functions/Modules
The LIBRARY SOFTWARE should support all the major library housekeeping functions listed below
Acquisition, Cataloguing, Authority control
Circulation, Web OPAC, Serials control
Import/export of records, Reporting
Systems management, Inventory, Multimedia, etc.
2.
Customization KOHA ILMS need to be customized according to local requirement of the
GBL, BBAU, Lucknow at the time of installation and during the period of
three years of maintenance. The GBL may implement Rental and Book
Bank System so the KOHA ILMS should be customized according the
requirement of the GBL for circulation of Rental and Book Bank books.
Circulation module should have the facility to scan member photo on
membership card and online reservation, Email and SMS
issue/return/overdue notice with features to check the status and history of
each member online.
3.
Standards
Must be an open architecture system and should support various
international standards. The system should also support the following Internet standards TCP/IP, SMTP, MIME, HTTP, SSL. Interactions with
external systems need to support the following standards:
ANSI/ISO Z39.50 (ISO 23950) on both server and client Record syntaxes: MARC21, UNIMARC, USMARC
NCIP and SIP2 for RFID Integration
ISO 2709
4.
Multilingual
Capability The System should be capable of maintaining multiple languages using
UNICODE.
5. RFID Support
The System should have support for NCIP/SIP2 protocol for RFID
Transactions & compatibility with more than two LMSs
6. Barcodes
The system must be able to handle barcodes in different formats like EAN-13, SICI/SISAC, Coda bar. And able to customized as per local needs of Library.
GENERAL HARDWARE REQUIREMENTS
7. Hardware Platform The Server should run on the latest UNIX/LINUX/Windows Platforms
46
8.
Backup and recovery
Hot Backup should be possible, i.e. It should be possible to do backup with the system in full operation
9.
Security
Verification of users should be done in a secure manner and it should be
possible to set different security setting for users and staff
10. Support
Problem reports must be logged on the help desk database.
And live update of the support has to be provided.
APPLICATION SOFTWARE
11.
Architecture
The system must be web-based. The application should not require any
proprietary software licenses.
12. Database
The backend database must be robust using either Microsoft SQL or Oracle
13. Client Software The client operations must be web-based (platform independent).
14. Librarian interface Librarian interface (client software) must be web-based. The Librarian
interface should allow searching Z39.50 servers.
15. Interface
The main OPAC interface for the users outside the library must be a web Browser, such as Internet Explorer/Firefox/Chrome.
16.
Import & Export of Data
The system must support the import and export of records from different type of data media such as tape, CD-ROM, hard disk, and diskette.
17.
Import/ Export Standard
The system should support online import and conversion of records from Z39.50 compliant databases.
18.
Reports & Statistics
Library system must support exhaustive management of statistics and reporting functions allowing the library to be able to create their own reports.
WEB OPAC ACCESS
19.
OPAC access Links
It must be possible to allow access to Web-based services both from within the staff client as well as from the Web OPAC using the 856 link tag in a MARC record.
20.
OPAC searches
There must be provisions for different search levels (e.g., simple, Boolean and advanced) in the OPAC with Bulletin Board.
21.
Indexing
All indexes and record displays must be updated in real-time. All fields and sub-fields should be available to be keyword and/or string indexed with a flexibility in defining indexes.
22.
Searchable data
It should be possible to:
Search a record as a whole (any field) Specify any variable
field to be searched Boolean search
Searching should be possible by, including but not limited to:
Author Title Subject Publisher Call number
Standard number (e.g., ISBN, ISSN, etc.) Barcode number/Accession
No.
Search refinement should be possible by:
Author Series Topics Item type
Location/branches
Place of publication Availability
23.
WEB OPAC
Customization
The WebOPAC should support templates so that it can be customized by the library as per locale needs.
47
Circulation System
24.
Circulation System
The following functions must be included in the circulation system: check-out (charges), renewals
check-in (discharges) reservations fines and fees statistics and reports
25.
Patron Record
The patron record should be in a MARC-like format & The patron record must include fields for the following information:
Name Member card number
Patron category Telephone numbers
E-mail address Alternate contact person Date of joining Date of expiry
Notes, etc.
26.
Barcode Generator
The system must include a utility which can be used to print barcode labels for the library items.
Cataloguing
27.
Import of
bibliographical
records
The system must be able to import records in the USMARC/MARC21
formats, online through a Z39.50 client which is integrated with the
cataloguing (and acquisition) module.
The system should have a reservoir for managing imported MARC
records so that it can be checked before loading into database.
28.
Authority Control
It must be possible to create and maintain authority control for the following search elements:
personal and corporate names conferences uniform titles series titles subjects
name/title combinations publishers
29.
Data entry
The system must have full screen data entry and editing ("empty screen" with MARC header) for cataloguing as well as a number of predefined data entry screens (templates). It must support hidden fields which can be seen in MARC editor but not in the OPAC. Able to generate Catalogue Cards as per AACR-II standard.
30.
Output
It must be possible to export the bibliographic records in standard
MARC communications format (ISO2709).
Acquisitions
31
Order Initiation
For titles indented
Check for duplication of titles from ‗on order‘, received and Web OPAC, Recommendations of books.
All data entered at acquisition section be used throughout system
Option to download bibliographic data from CD-ROMs,
International databases or vendor supplied electronic catalogues.
32.
Approval
Flexibility in including specific titles in an approval list Amendments in approval list prior to its printing
Budget and expenditure analysis
Budget allocation among different units & its maintenance
48
33.
Placing Orders
Firm orders for titles, including for materials received Purchase orders printing/ (e)mailing
Title / publisher/ vendor wise order generation
Amendment/ cancellation of order Incorporation of special delivery statements/ conditions
Standing orders for annual publications Proposal for prepaid orders, Cancellation, claims, etc.
34.
Receipt of Order Procedure to record/ editing the details of items received
35.
Invoice Processing
Includes accessioning of items Permits more than one invoice for an order
Allows changes in units‘ price, variable discount, exchange rate
etc.
Maintains exchange rates of various user defined currencies
Accession number can either be generated automatically by the
system or it can be a user defined number Keep up to date order status with relation to titles ordered,
received, accessioned. Updated funds accounts online
Barcode generation
36.
Order Follow Up
Periodic overdue notices/ reminders
Online printing of follow up notices
37.
Online Queries
Acquisition related queries includes-
Maintain the statistical details of Vendors/ Publishers Titles in the process of acquisition
Pending orders, overdue orders and, for the specific order, details
of titles ordered, title received, pending titles, its invoices. List of invoices with the library and invoices with the Finance
Section and, for a specific invoice, details of items accessioned
against it and payment details, if any.
List of vendors, giving titles received ‗on approval‘, pending titles against firm orders, orders placed, invoices received.
Budget analysis of titles in the acquisition process
Order details by accession number/ supply order number
38.
Standard &
customized Reports
System should be robust enough to generate following requests- Approval request form
Purchase order
Overdue/ Follow up notice
Budget and expenditure analysis (periodic/daily)
Payment requisition report
Payments cheque delivery notices
List of titles on order
Accession register
Bill register
List of recent arrivals, etc.
Periodicals
49
39.
Subscription
New serials initiated, go through the approval process and ordering.
Duplicate checking.
Prints approval lists updation of 'Approved' or 'Rejected' titles.
Prints Purchase Orders for single or package subscription.
Print purchase order by department/ publisher/ vendor wise.
Print order for single and package subscription.
40.
Subscription
Renewal
Renewal Order Printing either by Department / publisher/ vendor
/Centre or Library, based on subscription expiry date.
Separate orders for renewals and additional serials.
Cancel supply order of single or all titles from particular order.
41.
Subscription
Extension
Resulting from claims on missing issues and numbers.
Extension specified as a) period extended up to, or b) number of
issues not received, or c) last volume/issue number.
42.
Invoice Processing
Both for new subscription and subscription renewal.
Allows more than one invoice for an order.
Allows changes in subscription, period, volumes, issue nos.,
frequencies etc.
Accepts supplementary invoices for any title.
Accepts and updates subscriptions details.
43.
Receiving Issues
Well designed screens requiring entry of minimum possible data
Recording of issues by volume/issue number or date and barcode.
Facility to record receipt of regular issues, various indexes,
special issues and additional issues, supplement, etc.
44.
Customized
Claims Monitoring
Makes possible timely follow-up of ‘not received', (missing issues and
supply not started) overdue and damaged journal numbers
Provision of claims for each title of package or bundle
subscription.
Claim for payment of non- receiving items.
45.
Binding Control The ILMS should have facility for Bindery control.
46.
Routing and
Circulation
User-defined routing of issues registered, along with circulation of bound
volumes and loose issues.
Routing of an issue immediately on arrival may be defined,
before it is displayed or circulated.
Integrated with the circulation module
Overdue reminders
47.
Cataloguing
Provision of catalogue generation for current journals and serials holdings
according to MARC21, CCF, AACRII.
50
48.
Customized Online Queries
Serials-related queries are:
Titles in bindery
Recent arrivals
49.
Standards &
Customized
Reports
Reports generated by the Serial System include:
Order form
List of completed volumes
Bindery order
Accession register (for bound volume collection)
Current arrivals
Classified and specialized indexes and lists of serials, as required.
Budget & Expenditure analysis
Indexing of articles available
Missing issues list
List of duplicate issues
Notices for 'not received', 'overdue', 'soiled/damaged' issues
Subscription renewal order
New subscription order
Claim letters for missing and non-supply.
List of current subscription- Alphabetical, Department wise,
Publisher wise, vendor wise.
List of new titles added and deleted titles for particular year.
Other General Specification that a ILMS should have
1. Support data of 10 lakhs plus
2. LAN, WAN and Wi Fi enabled client/ web server interface.
3. Multi-user, user friendly and multilingual
4. ANSI Z39.50 /SIP2 and NCIP Code Compliant
5. Import present data from Excel to KOHA or any ILMS
6. Full data transfer from present software including Indian language data.
7. Extraction of record in any MARC-21 format.
8. Imports/Export facility in ISO/2709 format
9. RDA support
10. Acquisition module with facility to show book/ journals (either purchase/complimentary/ exchange)
11. Circulation module with facility to scan member photo on membership card and online reservation, Email
and SMS overdue notice with features to check the status and history of each member online.
12. Serial Control with SDI and CAS service with back volume maintenance
13. Union Catalogue with multiple access points.
14. Multi-tasking with online help facility
15. Provision for customization of reports.
16. Financial management with different budget heads.
17. Security of Access control as per categorization.
18. Articles indexing and scanning of articles
51
19. Should support image and multimedia files
20. Automatic currency conversion as per University Policy/ GOC
21. Duplicate record check
22. Binding record management
23. RSS feed if Applicable for University
24. Hyper linking of books
25. Status of user‘s account from OPAC with bulletin board information
26. Metadata (MARC21/Dublin Core)
27. E-resource management
28. Use of preferred RDBMS such as Oracle/SQL Server/ MySQL / Progress SQL for databases and should be
open, not locked to further generate any required report.
29. Centralized acquisition by Central Library, BBAU.
30. Report on order/ budget status department wise.
31. XML based interface for reports.
32. Windows TM based, client server application
33. Unicode TM standard
34. Flexibility to move from one language to another in all subsystems.
35. Multiple search options available in OPAC
36. Multimedia access
37. Backup/ Restore/Recovery of complete database.
38. Comprehensive set of parameters to customize the software to meet the library‘s operational environment.
39. Completely web/ browser based (works on internet/ intranet)
40. Supports windows / Windows NT/ Linux/ Unix
41. Finger print device
52
Information about Bidder
S.NO Required Details
1 Name of the Bidder/Party/Agency
2 Address of the bidder
3 Contact no
4 Fax no
5 Mobile No
6 Email
7 Name of the Authorised signatory
8 Sales Tax/CST No.
9 Income Tax No./PAN
10 Yearly Turnover for the last three
years
11 Year of Establishment
12 Name and address of Bank
13 List of Client libraries in India
Date: Name and signature of bidder ------------------------------
53
CHECKLIST
1. Sales Tax/CST No.
2. Income Tax No./PAN
3. Copies of Income Tax Clearance Certificate
4. Yearly Turnover for the last three years (ITR)
5.
Certificate of authorization from the principal
manufacturing company or self declaration in
case OEM .
6.
Name and address of Bank
6. List of 5 Client libraries in India where the
bidder must have supplied, installed,
implemented, integrated and commissioned a
complete RFID system.Copies of purchase
order and certificates of work completion
7. Cost of Tender (Rs. 1000/- ) in favour of
―Finance Officer, BBAU, Lucknow from any
Nationalized Bank
8. EMD (Rs. 160000) in favour of Finance
Officer, BBAU, Lucknow
9. Documentary proof of ISO9001:2000 certified
company with more than 50 employees on its
roll.
10. Compliance Certificate of FCC/CE from
OEM
11. Affidavit that the firm has not been black
listed in the past by any University/
Institution
12. Affidavit that the firm has no vigilance case
CBI/FEMA case pending against
him/supplier (Principal)
13. Affidavit that the firm is not supplying the
same item at the lower rate quoted in the
tender to any Govt. organization or any
other Institute.
14. Copy of product literature, for which the
prices have been quoted.
54
ANNEXURE-II
FINANCIAL BID
FINANCIAL BID OF THE RFID & EM SOLUTION, RETROCONVERSION OF
LIBRARY DOCUEMTS and KOHA ILMS FOR GBL, BBAU, LUCKNOW
Sl.
N.
(1)
Item Details
(2)
Qty
(3)
*Unit Cost with
custom duty
exemption and
without tax
(4)
Total Cost
5=(3)x(4)
Sales
Tax/Ser
vice
Tax
(6)
Cost
inclusiv
e of Tax
7=(5)+(
6)
Mainten
ance
charges
for three
years,
if any
**Origina
l Currency INR **Origina
l Currency INR
I.
RFID Tag for books/
document and BBAU
Logo and Tagging of
RFID Tags on all the
documents & Shielding
of BBAU Logo on
RFID Tags.
60,000
each
II.
EM Security Strips and
Fixing of EM Strips on
Books/ documents.
60,000
III. Staff work Station for
RFID
One/Two
(Optional)
IV. Staff work Station for
EM
One/Two
(Optional)
V.
Staff work Station
Hybrid/Combined for
EM and RFID
One/Two
(Optional)
VI.
Combined Self Check-
In and Check-out Units
(The unit should work
for RFID, EM and
Barcode)
One
VII.
Library Security Gate
i.e. 3 EAS (Electronic
Article Surveillance)
pedestals Gates
compatible with RFID
Tags complete in all
respect with necessary
accessories (Optional
four pedestal)
One/Two
(Optional)
VIII. Library Security Gate
i.e. 3 EAS pedestals
One/Two
(Optional)
55
Gates for EM Strip
complete in all respect
with necessary
accessories (Optional
four pedestal)
IX.
Shelf Management
System/Portable
Handheld RFID Reader
with Antenna
Cordless Digital Library
Assistant(for shelf
reading, sorting, search
in, inventory etc)
Two
X.
Book Drop (Self Check-
In with return slip
printer)
One/Two
XI. RFID Card Printer ONE
(optional)
XII. RFID Member smart
cards
500
(optional)
XIII.
Spine labels for 60000
document and barcode
labels for 35000
documents (two
barcodes to be pasted on
each document). It is
informed that barcodes
are already pasted on
about 25000 documents.
-
XIV.
Retrospective
conversion of about
60000 Library Books/
documents in MARC-21
with bar coding and
spine labeling of
documents. Please also
quote rate for following
individual item wise:
Books/document titles
English/Hindi
Books/document
copies
Bound Volumes
(Journals)
XV.
Open Source Integrated
Library Management
Software (ILMS) i.e.
KOHA latest version
with Linux Operating
System (Multiple User
and Branch library
One