invitation to tender - the financial reporting council invitation (office... · 2. invitation to...
TRANSCRIPT
Invitation to Tender
Provision of Interior Design and Construction Services
for the Office Relocation Project of the FRC
19 July 2019
Contents
1. INTRODUCTION 3
2. INVITATION TO TENDER AND INTERPRETATION 3
3. OUR REQUIREMENTS 4
4. GUIDELINES FOR TENDERERS 6
5. PAYMENT AND OTHER TERMS 9
ANNEX A – THE TECHNICAL PROPOSAL 12
ANNEX B – THE FINANCIAL PROPOSAL 13
ANNEX C – MARKING SCHEME 14
ANNEX D – DECLARATION OF INTERESTS 15
ANNEX E – DECLARATION OF ANTI-COLLUSION 16
ANNEX F – FLOOR PLAN (HOPEWELL CENTRE) 17
ANNEX G – FUNCTIONAL REQUIREMENTS 18
3
1. Introduction
The Financial Reporting Council (“FRC”) currently occupies a unit in Queensway Government Offices (“QGO”) with a headcount of 27. Pursuant to the FRC (Amendment) Ordinance 2019, the role of the FRC would be expanded effective from 1 October 2019. In view of the expansion, the FRC intends to take up a lease for one whole floor, of 15,252 sq. ft. (lettable), at Hopewell Centre (“HC”) in Wanchai as the new office accommodation. The new office would accommodate headcount up to 70, including FRC’s current and new headcounts and provide space for future expansion. The FRC is scheduled to take possession of the whole of 24/F of HC on 1 September 2019. The premises will be handed over to the FRC in a “bare-shell” condition together with a metallic ceiling system, a raised floor system, and the supply of carpet tiles, electric roller blind, finger print access control system and wall paper for tenancy wall, in accordance with the Landlord’s standard specifications, on an open plan layout. We expect the relocation would be arranged no later than early December 2019 upon the completion of the renovation work in the new office.
2. Invitation to Tender and Interpretation
The FRC invites tenders containing proposals for the provision of interior design and construction services of “Office Relocation Project” with scope of work specified in section 3 “Our Requirements”. In this document, the following terms shall have the following meanings:
“Contract” means a formal agreement to be entered into between the FRC and the successful Tenderer in relation to the provision of interior design and construction services containing such terms and conditions as the parties shall agree, including (but not limited to) those terms set out in section 5 “Payment and other terms” herein (unless the same shall have been modified or amended by the FRC);
“Contractor” means the Tenderer whose tender is accepted; “HC Landlord” means the landlord of the Premises; “Project” means the project described in section 3 hereof; and “Tenderer” means the person or persons or corporation tendering for the project, and includes the executors or administrators and permitted assigns of such person or persons or corporation.
The FRC shall not be liable to pay any costs arising out of or incidental to any preparation, submission, enquiry, clarification, negotiation or cancellation of this tender nor shall the FRC be under any obligation to disclose or discuss the assessment result of this tender with any of the Tenderers. This is an invitation to offer and:
(i) The FRC shall not be bound to accept the offer with the lowest fee proposal;
(ii) The FRC shall not be bound to accept any offer or to make any appointment under this tender;
4
(iii) The FRC reserves the right not to consider any proposal that does not meet the FRC's requirements; and
(iv) The FRC reserves the right to negotiate with any Tenderer about any terms, conditions, clauses, paragraphs or parts of this tender, including any part of its technical and financial proposals, prior to award of contract.
3. Our Requirements
3.1 Scope of Work The successful Tenderer will be required to provide full interior design and construction services for “Office Relocation Project” . The services to be provided by the Tenderer shall include but not limited to the following:
(i) Facility and space planning
(ii) Interior design
(iii) IT related works
(iv) Selection, coordination and installation of furniture, and reuse of existing furniture where possible
(v) Design of all internal signage
(vi) Advice on access security system
(vii) Advice on air-conditioning system
(viii) Management of any sub-contracted specialist such as Mechanical & Electrical, Structural, Lighting, Audio Visual, Air-conditioning, Mechanical Ventilation, Fire Safety, Plumbing and Drainage, Security, Telecommunications, Computer Systems, etc.
(ix) Design and construction programs
(x) Documentation for construction
(xi) General construction
(xii) Construction administration
(xiii) Budgetary control
(xiv) Removalist management
(xv) Audio-visual equipment selection and installation work
The Tenderer shall propose an overall design concept that could optimize the usage of space and provide a pleasant and comfortable work environment for FRC’s staff. In performing the services, the successful Tenderer will be required to:
(i) Ensure that its contractors, workmen, servants and agents in carrying out fitting-
out work comply with the requirements of the HC Landlord, including any guidelines issued by the HC Landlord, regarding the fitting-out of the premises as well as all the instructions and directions given by the HC Landlord’s servants, agents, contractors, workmen, architect, project manager and other authorised representatives;
5
(ii) Engage suitably qualified engineers to prepare proper building services plans regarding the installation and layout of the air-conditioning, mechanical ventilation, fire services, electrical, plumbing and drainage systems in the premises and carry out the said building services works by the HC Landlord’s nominated contractors;
(iii) Ensure that its contractors, workmen, servants and agents carry out their work of fitting out HC in a manner such that the FRC is not in breach of the terms of the lease of HC.
3.2 Project Brief & Site Visit
All Tenderers are invited to attend project briefing session and site visit to get familiar with the project. To register, please send email to Ms. Shirley Cheung at [email protected].
Date: 24 July 2019
Time: 2:30pm
Venue: 23/F Hopewell Centre
3.3 Timetable
A tentative timetable of the Project is as follows:
Milestone Target Completion Date
Tender close 5 Aug 2019
Tender presentation and clarification Week of 5 Aug 2019
Project start Aug 2019
Site possession 1 Sep 2019
Construction Sep to Nov 2019
Office move Early Dec 2019
If the Tenderer wishes to propose a different Project timetable, the alternative dates should be clearly specified in the proposal.
3.4 Insurance The Tenderer is responsible for the acts of its contractors, workmen, servants and agents in carrying out this Project, including providing Employee’s Compensation Insurance. In addition, the Tenderer is required to insure for and shall indemnify the FRC against claims or proceedings, arising from actions of its contractors, workmen, servants and agents, in respect of damage to property or injury to or the death of persons in the course of carrying out the Project. The policy of such insurance shall be in the joint names of the FRC and the Tenderer and endorsed to show the HC Landlord as landlord of the Premises. The policy shall be in the sum of not less than HK$10 million for any one claim or series of claims arising out of one event for the period of the Project.
6
4. Guidelines for Tenderers These guidelines are intended to provide Tenderers with guidance on the procedure for submitting their proposals and the approach that the FRC will generally adopt in assessing such proposals. They do not bind, and are not intended to bind, the FRC in any way. The FRC reserves the right to accept or reject all or any part of a proposal.
4.1 Preparation and Submission of Proposals
4.1.1 The Proposal
Your proposal must be presented in sufficient detail to cover the matters set out under “Our Requirements” in section 3 above.
Each proposal must be separated into the following parts:
(a) a Technical Proposal describing the proposals (including all information set out
in Annex A);
(b) a Financial Proposal (including all information set out in Annex B); and
(c) a Covering Letter:
(i) offering to carry out the services described in the Technical Proposal for the prices detailed in the Financial Proposal in compliance with the payment and other terms set out in section 5 of this Invitation to Tender;
(ii) stating the period that the offer is to remain open;
(iii) undertaking to negotiate in good faith to finalize promptly the Contract and to commence work in accordance with the timetable set out in the proposal;
(iv) containing an acknowledgement and agreement that the FRC :
a. is not bound to accept the lowest tender or any tender;
b. reserves the right to make changes to the specification; and
c. will not defray any expenses incurred in tendering and/or in negotiating the Contract, whether successful or otherwise
(v) signed by the Tenderer (in the case of an individual) or a duly authorized officer of the Tenderer (in the case of a company or partnership).
Tenderers may propose alternatives to the FRC’s requirements and conditions if they consider that such conditions and requirements are either not feasible or do not provide the FRC with the best solution in the circumstances.
4.1.2 Personnel
Resumes of all proposed personnel must be provided in the proposal including the name, current level and originating office in the Tenderer’s organisation. The FRC reserves the right to interview and to request client references for all personnel proposed.
7
4.1.3 Form of proposal
All proposals must be in both writing and electronic form. Three hardcopies of each proposal must be provided, together with a softcopy. The softcopy should be in Microsoft Word format or Adobe Acrobat format.
4.1.4 Submission of proposal
Tenderers shall submit the Technical Proposal and the Financial Proposal in two separate sealed plain envelopes (i.e. one sealed envelope for the Technical Proposal and the other for the Financial Proposal) with “Tender for Provision of Interior Design and Construction Services for Office Relocation – Technical Proposal” and “Tender for Provision of Interior Design and Construction Services for Office Relocation – Financial Proposal” clearly marked on the sealed envelopes respectively. These two separate envelopes shall be addressed to the Assessment Panel of the Financial Reporting Council at 29th Floor, High Block, Queensway Government Offices, 66 Queensway, Hong Kong, and should reach the said address by the closing time as defined in section 4.1.5 below. Financial information must not be specified in the Technical Proposal or the Covering Letter.
4.1.5 Deadline
Proposals must be received by the FRC at the above-mentioned address on or before 3:00 p.m. on 5 August 2019. The FRC will not consider any late proposals. In case a tropical cyclone warning signal No. 8 or above or a black rainstorm warning signal is in force for any duration between 9:00am and 3:00pm on the tender closing date, the tender closing time would be postponed to 3:00p.m. the next work ing day. Late submission of the proposals, incomplete Technical or Financial Proposals and amendments to the proposals after the closing time will not be considered.
4.1.6 Validity of Tenderers’ offers
By making a proposal in response to this Invitation to Tender, a Tenderer will be treated as having made an offer to the FRC. A Tenderer should clearly state in its proposal how long this offer will remain open.
In order to allow the FRC sufficient time to consider all proposals validly submitted, Tenderers should keep their offers open for at least 90 days (“Valid Period”) from the closing date of this Invitation to Tender. If this cannot be done, the reason must be stated in the proposal. If a tenderer withdraws its proposal before the expiry of the Valid Period, the FRC reserves the right not to invite this tenderer to participate in future tenders.
8
4.2 Communications 4.2.1 Queries from FRC
If the FRC considers that any aspect of a proposal requires clarification from the Tenderer, the FRC may request that the Tenderer:
(a) supplement its proposal; or
(b) answer the FRC’s specific queries orally or in writing, or in any manner that the
FRC deems fit.
Any clarification made shall be at the Tenderer’s own cost and expense.
4.2.2 Enquiries from Tenderers
Any enquiries regarding this Invitation to Tender should be submitted in writing and made to:
Ms. Teresa Au Senior Director Financial Reporting Council
Telephone: 2236 6030 Fax: 2810 6320 Email: [email protected]
Ms. Shirley Cheung Administration Manager
Financial Reporting Council
Telephone: 2236 6020 Fax: 2810 6320 Email: [email protected]
4.3 Evaluation of Proposals
4.3.1 Evaluation process
There are two parts to the FRC’s evaluation process: evaluation of the Technical Proposal and evaluation of the Financial Proposal (in that order). The Financial Proposal will only be considered after the FRC has evaluated the Technical Proposal. The FRC will not make any selection based solely on price.
The Marking Scheme is attached in Annex C. Please note that the bid proposal will not be further assessed unless it meets all essential requirements and achieves the required minimum technical assessment score of 60 out of 100 marks.
4.3.2 Evaluation of the Technical Proposal
The FRC will generally evaluate the technical aspects of each proposal according to the following criteria:
(a) Understanding of the requirements
(b) Design concepts
(c) Proposed stacking and layout plan
(d) Relevant experience
(e) Project team structure and dedicated personnel
(f) Project management approach
9
The above criteria are for reference only, which provide Tenderers an indicative guideline of their relative significance. FRC reserves the right to change the criteria and/or the weighting of any item without further notifying the Tenderers.
4.4 Notification of Results and Rejection of Proposals
The FRC will notify all Tenderers by post and/or e-mail within 21 days of finalizing its selection as to whether or not they have been selected by the FRC. The FRC retains the right to reject any or all tender(s) submitted.
4.5 Acceptance
No Tender (or part thereof) shall be taken to have been accepted unless and until execution of the Contract.
5. Payment and Other Terms
5.1 Payment terms
The FRC has a performance-based payment policy, under which payments will be made on actual delivery of services or products. Wherever possible, and if the FRC considers appropriate in the circumstances, the FRC will make payments to the successful Tenderer for the Project in the following installments:
(a) 20% of the total contract price shall be paid upon the FRC and the successful
Tenderer entering into a binding Contract;
(b) 70% of the total contract price shall be paid after completion of the Project to the satisfaction of the FRC;
(c) 10% shall constitute the retention amount and shall be paid 12 months after the completion of the Project provided that the successful Tenderer has rectified all defects within the 12-month period.
5.2 Termination of service
The successful Tenderer shall use its best endeavours to perform the Contract with such due care and skill as is expected of a provider of similar services and products and of a comparable standing in the industry but if for whatever reason, the FRC in its opinion, concludes that the successful Tenderer is in breach of the Contract or does not provide the level of service required by the FRC, the FRC shall have the right to terminate the Contract by notice in writing to the successful Tenderer.
5.3 Conflicts of interest
A Tenderer must declare that they have no interest which conflicts, or has the potential to conflict, with its duties to the FRC under the proposal. If a Tenderer has any interest which conflicts, or has the potential to conflict, with its duties to the FRC under the proposal, the Tenderer should clearly state this in the declaration form (refer to Annex D). This requirement extends to the Tenderer’s associates, associated persons, group companies and the Tenderer’s directors, staff members, subcontractors and agents involved in the tender (including their associates and associated persons).
10
5.4 The incorporation of proposals into Contract signed with the FRC
Any proposals and responses to the FRC’s inquiries submitted by the successful Tenderer may form part of the Contract made between the FRC and such Tenderer. Every representation by the successful Tenderer (whether of fact or performance, and whether set out in the proposal or otherwise) will be incorporated as warranties in any Contract between the FRC and such Tenderer. Therefore, any statement of fact or performance that the Tenderer does not wish to be treated as a warranty should be clearly indicated. If the Tenderer intends to limit liability for damages arising from either professional negligence or non-performance under the terms of the Contract, please specify what restrictions on liability are proposed. The FRC would normally expect liability limits for service contracts to be expressed as a multiple of the contract price.
5.5 Anti-collusion
The Tenderer shall not communicate to any person other than the FRC the amount of any tender, adjust the amount of any tender by arrangement with any other person, make any arrangement with any other person about whether or not he or that other person should or should not tender, or otherwise collude with any other person in any manner whatsoever in the tendering process until the tenderer is notified by the FRC of the outcome of the tender exercise. Any breach of or non-compliance with this by the tenderer shall, without affecting the tenderer’s liability for such breach or non- compliance, invalidate its tender. The tenderer shall submit to the FRC a duly signed letter in the form set out in Annex E. The letter shall be signed by a person authorised to sign the contract on the tenderer’s behalf.
This shall have no application to the tenderer’s communications in strict confidence with its own insurers or brokers to obtain an insurance quotation for computation of tender price and communications in strict confidence with its consultants / sub-contractors to solicit their assistance in preparation of tender submission.
5.6 Confidentiality
The Tenderer should treat all information contained in this document, all information previously provided, and any subsequent communications with the FRC, as confidential. This information should only be used by the Tenderers to prepare responses to the tender. Information must not be released to external parties without the express written consent of the FRC.
All responses and other materials submitted in response to this document will become the property of the FRC. The FRC assumes no obligation and shall incur no liability regarding confidentiality of all or any portion of a response or any other material submitted in response to this document unless expressly agreed in writing to protect specifically identified information.
5.7 Prevention of Bribery
A Tenderer shall prohibit its directors, employees, agents, and sub-contractors who are involved in this tender from offering, soliciting or accepting any advantage as defined in the Prevention of Bribery Ordinance, Cap 201 when conducting business in connection with this mandate. The Tenderer shall take all necessary measures (including by way of a code of conduct or contractual provisions where appropriate) to ensure that its directors, employees, agents and sub-contractors are aware of the prohibitions in this clause.
11
Failure to so procure or any act of offering, soliciting or accepting advantage referred to above committed by the tenderer or by an employee, agent or sub-contractor of the tenderer shall, without affecting the tenderer’s liability for such failure and act, result in its tender being invalidated.
5.8 FRC Specified Contract
The successful Tenderer is expected to enter into a Contract with the FRC. Any waiver, cancellation, alteration or amendment of or to any of the terms and conditions of the Contract must be agreed to by both parties and effected in writing by the successful Tenderer and the FRC.
5.9 Personal Data Provided
All personal data provided in a Tender will be used by the FRC for the purposes of the Invitation to Tender and all other purposes arising from or incidental to it (including for the purposes of tender evaluation, the award of the Contract and resolution of any dispute arising from the Invitation to Tender). By submitting a Tender, a Tenderer is regarded to have agreed to, and to have obtained from each individual whose personal data is provided in the Tender, his consent for the disclosure, use and further disclosure by the FRC of the personal data for the purposes set out above. An individual to whom personal data belongs and a person authorised by him in writing has the right of access and correction with respect to the individual’s personal data as provided for in the Personal Data (Privacy) Ordinance, Cap 486. The right of access includes the right to obtain a copy of the individual’s personal data provided in the Tender. Enquiries concerning the personal data collected, including the making of access and corrections, shall be addressed to Ms. Shirley Cheung, Administration Manager at (852) 2236 6020 or email at [email protected].
12
ANNEX A – The Technical Proposal
A. The Technical Proposal
The Tenderer is free to include any information that it considers to be relevant to its proposal. However, as a minimum, this part should contain all of the following:
Table of Contents
1. Executive Summary
This section should provide a full summary of the proposed design and approach.
2. The Proposed Design and Approach
This section should describe the proposals in detail, including but not limited to concept design drawings and test-fit, and explain how the proposed approach meet the requirements set out in section 3, and describe any limitations and compatibility issues associated with the proposals.
3. Exceptions to the FRC’s Conditions and Requirements
If a Tenderer wishes to propose alternatives to the FRC’s conditions and requirements, these alternatives should be specified here. The Tenderer should explain:
(a) why the FRC’s conditions and requirements do not provide the FRC with the
best approach in the circumstances; and
(b) the ways in which their alternatives are better.
4. Tenderer Profile
The Tenderer should provide full details of its company profile, and the following information to identify its track records focusing on local interior fit-out projects with similar project and business nature:
(a) Projects of a similar size and scope
(b) References for similar project
(c) Project completion photos
5. Appendices
5.1 Staffing (a) Names, qualifications and work experience of key personnel (b) Proposed team and structure. One senior design lead dedicated to the
Project is required.
(c) Roles & Responsibility of key staffs in the design team
(d) Relevant job reference & experiences of key staffs
5.2 Other information
The Tenderer can include any other information that it considers to be relevant to its proposal.
13
ANNEX B – The Financial Proposal
B. The Financial Proposal
This part should contain all of the following:
1. Executive Summary
This part should provide full summary of the Project budget, and any payment arrangements.
2. Proposed Fees
All fees must be quoted in Hong Kong Dollars. The FRC expects tender prices to be fixed to the maximum extent possible. Where appropriate the charges for separate and distinct phases, and out-of-pocket expenses should be given.
The Project budget should include fees related to:
(a) Interior Design
(b) General Construction
(c) Partitions and Associated Works
(d) Systems furniture
(e) Doors & Ironmongery
(f) Floor, Ceiling and Wall Finishes
(g) Signage
(h) Built-in cabinetry
(i) Electrical & Mechanical
(j) Fire Services
(k) Plumbing
(l) Security System
(m) Removalist costs
(n) Other cost (please specify)
3. Payment Terms and Arrangements
Payment must correlate with major milestones/achievements or deliverables, in accordance with the FRC’s performance-based payment policy.
14
ANNEX C – Marking Scheme
Assessment:
The assessment of proposal is 70% based on technical assessment and 30% based on financial element.
The detailed Technical Proposal (70% of total marks) will be evaluated based on the following
assessment criteria.
Technical Assessment Criteria (70% of Overall Tenderer Score)
(i) Technical Assessment Score (Total 70 marks) Full Mark
1. Understanding of requirements 10
2. Design Concepts and Layout Plan 45
2.1 Design concept, theme and full design proposal for the project
2.2 Design, functionally and efficiency of stacking and layout arrangement
2.3 Methodology and proposed technologies
3. Relevant Experience and Project Team 25
3.1 Relevant design project experience and project details
3.2 Project team organization chart including number of staff and team structure
3.3 Provide curriculum vitae of project team key members
4. Project Management (including but not limited to project schedule and execution plan)
20
Total 100
Note: The bid proposal must meet all essential requirements and achieve the required minimum
technical score of 60 out of 100 marks.
Financial Assessment - including but not limited to costs, fees and terms
proposed (30% of Overall Tenderer Score)
15
ANNEX D – Declaration of Interests
To: Financial Reporting Council:
I hereby declare that (1) :
□ I, associated persons, group companies, the company’s directors and staff members,
subcontractors and agents involved in this Proposal (including their associates and
associated persons) have no pecuniary or other personal interest, direct or indirect, in any
matter that raises or may raise a conflict with my duties under this Proposal.
□ I, associated persons, group companies, the company’s directors and staff members,
subcontractors and agents involved in this Proposal (including their associates and
associated persons) have / potentially(2) have pecuniary or other personal interest, direct or
indirect, in certain matter that raises or may raise a conflict with my duties under this
Proposal. The particulars of such matter are stated below:
(a) Persons/companies with whom/which I have official dealings and/or private
interests:
(b) Brief description of my duties which involved the persons/companies mentioned
in item (a) above:
Note:
1. Please put a “√” in the appropriate box
2. Delete as appropriate
Signature:
Name:
Position:
Company:
Date:
16
ANNEX E – Declaration of Anti-collusion
To: Financial Reporting Council:
“Provision of Interior Design And Construction Services for Office Relocation Project”
I / We(1)
, confirm that as at the time of submission of this Proposal and other than the Excepted
Communications referred to in the last paragraph below, I / We(1) had not:
communicated to any person other than the FRC the amount of any tender,
adjusted the amount of any tender by arrangement with any other person,
made any arrangement with any other person about whether or not I / We(1) or that
other person should tender, or otherwise colluded with any other person in any manner whatsoever.
I / We(1)
, undertake that:
at any time thereafter in the tendering process for the above Project until the tenderer is notified by the FRC of the outcome of the tender exercise and other than the
Excepted Communications, I / We(1) will not communicate to any person other than the
FRC the amount of any tender,
adjust the amount of any tender by arrangement with any other person,
make any arrangement with any other person about whether or not I / We(1) or that other
person should tender, or otherwise collude with any other person in any manner whatsoever.
The expression “Excepted Communications” means our communications in strict confidence with our own insurers or brokers to obtain an insurance quotation for computation of tender price and communications in strict confidence with our consultants or sub-contractors to solicit their assistance in preparation of tender submission.
Signature:
Name:
Position:
Company:
Date:
Note:
1. Delete as appropriate.
17
ANNEX F – Floor Plan (Hopewell Centre)
18
ANNEX G – Functional Requirements
Schedule of Accommodation
Description
No. of
items/persons
Sq.ft (net)
Total
sq.ft (net)
Type
Group 1
Chairman 1 250 250 Cellular office
CEO 1 250 250 Cellular office
Secretary 1 40 40 Open plan
Group 2
General Counsel 1 180 180 Cellular office
Legal Counsel 1 130 130 Cellular office
Group 3
Head of Department 1 180 180 Cellular office
Director 2 130 260 Cellular office
Associate Director 1 100 100 Open plan
General Staff 1 40 40 Open plan
Group 4
Head 1 180 180 Cellular office
Legal Counsel 2 130 260 Cellular office
Director 2 130 260 Cellular office
Legal Executive 1 100 100 Open plan
Secretary 1 40 40 Open plan
Administrator 1 40 40 Open plan
Group 5
Head 1 180 180 Cellular office
Directors 3 130 390 Cellular office
Associate Director 6 100 600 Open plan
Manager 6 80 480 Open plan
Secretary 1 40 40 Open plan
Database Administrator 1 40 40 Open plan
Group 6
DCEO & Head 1 180 180 Cellular office
Group 6A
Deputy Head (Senior Director) 1 130 130 Cellular office
Director 4 130 520 Cellular office
Associate Director 6 100 600 Open plan
Manager 3 80 240 Open plan
Secretary 1 40 40 Open plan
Adminstrator 2 40 80 Open plan
Group 6B
Deputy Head (Senior Director) 1 130 130 Cellular office
Manager 3 100 300 Cellular office
Officer 3 40 120 Open plan
Secretary 1 40 40 Open plan
General Staff 1 40 40 Open plan
Office Attendant 2 40 80 Open plan
65 Sub-total 6,540
Ancillary Area
Conference Room 1 1,000 1,000
Meeting Room 2 300 600
Interview Room 3 120 360
General Store Room 1 1,000 1,000
Special Store Room 1 200 200
HR Filing Strore Room 1 50 50
Breastfeeding Room 1 60 60
Library 1 200 200
LAN Server Room 1 30 30
General Office Furniture & Equipment 1 120 120
Reception Area 1 280 280
Pantry 1 400 400
Pantry - Refreshment Area 1 50 50
Photocopy Room 2 100 200
Sub-total 4,550
Circulation 2,218
Total 13,308
Future Expansion (Multi-purpose area) 723
24/F Total Net Area 14,031