REQUEST FOR PROPOSAL. SELECTION OF CONSULTANT FOR THE PROJECT UPGRADATION OF 10 ITIs ON PAR WITH INTERNATIONAL STANDARDS

Similar documents
REQUEST FOR PROPOSAL (RFP) EMPANELMENT OF EXTERNAL TRAINING INSTITUTES FOR IMPARTING ONLINE PRE- RECRUITMENT TRAINING TO AGENTS.

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Proposals invited for EXPRESSION OF INTEREST (EoI) FOR

RFP for Design, print and production of the Annual Report for India Brand Equity Foundation

Design concept for Fairs and Exhibitions

RESPONSE TO QUERIES Request for Proposal for Empanelment of Consultants for Appraisal of Detailed Project Reports (DPRs) for Industrial Projects

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

NCC Infrastructure Holdings Limited

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

SPICES BOARD (Ministry of Commerce & Industry, Govt of India) Palarivattom P.O, Cochin Kerala

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

PREQUALIFICATION DOCUMENT

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Department of Civil Engineering - CHENNAI

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

TF ID (PEACH Grant for Sub-National Public Financial Management Capacity Building Project)

KSBCL/SYS 2 020/ Date: 22/03/2014. Notice for Time Extension. Sub: Information Security Management System Implementation

Empanelment of Consultancy Firms

TENDER DOCUMENT FOR INVITING BIDS PREPARATION & INSTALLATION OF TEMPORARY HOARDINGS

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

INVITATION FOR SUBMISSION OF PROPOSALS FOR

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

West Bengal State University

ITEM RATE TENDER TENDER No. 14 / / ELDB

RFP for Empanelment of Interior Furnishing Contractors

Ontario College of Trades

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Frequently Asked Questions

Request for Expression of Interest

Directorate, Medical Education and Research, Mumbai -1. EOI Notice

Guidelines for implementing Research Projects SCIENCE AND ENGINEERING RESEARCH COUNCIL

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

1. Basic Data Project Name: Improved Sanitary and Phytosanitary (SPS) Handling in Greater Mekong Subregion (GMS) Trade Project

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

OWENS VALLEY CAREER DEVELOPMENT CENTER

Hawthorne Community Redevelopment Agency Facade Beautification Grant Program 2012

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

Request for Proposals (RFP) for Professional Design and Engineering Services

SURAT SMART CITY DEVELOPMENT LTD.

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR PROPOSAL. SITE SELECTION for RETAIL SPACE CITY OF HALIFAX, NOVA SCOTIA NSLC REFERENCE NO: CN-28-FY18

Empanelment of Event Management and Public Relations (PR) Organisations

PUBLIC BEACH & COASTAL WATERFRONT ACCESS PROGRAM. NC Department of Environmental Quality Division of Coastal Management

OWENS VALLEY CAREER DEVELOPMENT CENTER

NOTICE INVITING EXPRESSION OF INTEREST

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

World Bank Iraq Trust Fund Grant Agreement

Indian Highways Management Company Limited Expression of Interest

EXISTING CONDITIONS

Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old Mantralaya Parisar Raipur

Education and Capacity Building (ECB) Program Rules

Skill Development Training for Scheduled Caste

APPLICATION FORM FOR ENLISTMENT OF VENDORS

Incubator Policy and Procedures

Request for Proposal P Computer Training Room Furniture

Request For Proposal for Deployment of Hardware, Software and Manpower for OPD Management at District Head Quarter Hospital, Puri.

Request for Empanelment (RFE) of. Facilitators

RFP for Mobile Application for IBEF. Request for Proposal [RFP]

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

Request for Proposal. Selection of Soft Skill Training Firms for

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

Inviting Expression of Interest

Institute of Leadership Development

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

KERALA STATE POLLUTION CONTROL BOARD. Pattom, Thiruvananthapuram. Prequalification Notice

Facilities Condition Assessment

SELECTION OF TRAINING INSTITUTES

POLICY NUMBER: C553B AUTHORITY: City Manager EFFECTIVE DATE: October 31, Development Incentive Program Procedures

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

Empanelment of Graphic Design House and Printing Agency

APPLICATION FORM FOR REGISTRATION OF CONTRACTORS (Please attach the documents as per Annexure Numbers mentioned in the form)

Application for POOLING OF CONTRACTORS FOR VARIOUS CATEGORIES OF WORKS IN IIMK

EXPRESSION OF INTEREST FOR FNGO PROCUREMENT OF OPELIP

Guidelines to Consultant

EXPRESSION OF INTEREST

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

EXPRESSION OF INTEREST (EOI)

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSALS RFP# CAFTB

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

OWENS VALLEY CAREER DEVELOPMENT CENTER

Procurement No: AUC/HRST/C/70

Selection of Consultants

OFFICIAL DOCUMENTS.I

Jharkhand Renewable Energy Development Agency (JREDA) Request For Proposal (RFP)

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082

General Contractor Services - Small Projects

Uttar Pradesh State Industrial Development Corporation

Transcription:

REQUEST FOR PROPOSAL SELECTION OF CONSULTANT FOR THE PROJECT UPGRADATION OF 10 ITIs ON PAR WITH INTERNATIONAL STANDARDS 19/12/2017

Contents I. ABBREVIATIONS... 3 II. INVITATION FOR PROPOSAL... 4 1. Introduction... 4 2. Invitation... 5 3. Issuer... 5 4. Earnest Money Deposit :... 5 5. Contact Person... 5 6.Address for Bid Submission... 5 7. Time Schedule... 6 III. PROJECT INFORMATION... 7 1. Scope of Work of the Consultant... 7 2. Infrastructural Benchmarks... 7 3. Locations of the Project... 7 IV TERMS OF REFERENCE... 9 1. Objectives... 9 2. Technical Standards & Benchmarks... 9 3. Scope of Services... 9 4. Deliverables... 10 V. INSTRUCTIONS TO PARTICIPANTS... 11 1. Introduction... 11 2. Eligibility Criteria... 11 This RFP is invited from entities meeting the following minimum eligibility criteria:... 11 3. Conflict of Interest... 11 4. Validity of Proposals... 11 5. Right to Accept Proposal... 11 6. Fraud and Corruption... 12 7. Clarifications and Amendments of RFP Document... 12 8. Submission, Receipts and Opening of Proposal... 12 9. Disqualifications... 13 10. Deadline for submission of Proposals... 13 11. List of documents to be submitted as part of Proposal... 14 12. Submission of Proposal by Proposers... 15 1 P a g e

13. Proposal Opening... 15 14. Evaluation of Financial Proposal... 16 15. Joint Technical & Commercial Evaluation... 16 16.Award of Contract... 17 17. Payment... 17 18. Confidentiality... 17 VI ANNEXURES... 19 2 P a g e

I. ABBREVIATIONS DGT DPR EoI Govt. ITD ITI KASE KIIFB LLP LSGD PSE PSU RFP Director General of Training Detailed Project Report Expression of Interest Government Industrial Training Department Industrial Training Institute Kerala Academy for Skills Excellence Kerala Infrastructure Investment Fund Board Limited Liability Partnership Local Self Government Department Public Sector Enterprise Public Sector Undertaking Request For Proposal 3 P a g e

II. INVITATION FOR PROPOSAL 1. Introduction 1.1 Industrial Training Department is functioning under the Labour and Skills Department, Govt. of Kerala. It is the State level nodal agency for implementing various skill development activities of Director General of Training (DGT), Ministry of Skill Development and Entrepreneurship, Govt. of India. The department is implementing the major three schemes introduced by the Director General of Training, namely Craftsman Training Scheme, Apprenticeship Training Scheme and Skill Development Initiative Scheme through various Governments and Private Institutes scattered in urban, semi urban and rural areas of the state. The free training and other assistances given to the trainees helps to bring the backward sections of the society to the main stream of technological advancement. By using the latest technologies in imparting training, the department enhances the employability of the trainees. 1.2 Kerala Academy for Skills Excellence (KASE) is the Skill Development Mission of the Govt. of Kerala, formed under the Department of Labour and Skills as a company not for profit. KASE is the apex entity to initiate, regulate and co-ordinate focused skill development for different industrial domains. Considering the peculiar demographic characteristics of the state of Kerala, unique skilling models have been adopted by KASE with industry tie-ups and placement linkages and various such skill development programmes initiated by KASE is under implementation. These programmes stand out from the Skill development initiatives in other states of India. 1.3 Govt. of Kerala has mandated Kerala Academy for Skills Excellence (KASE) as the Special Purpose Vehicle (SPV) for Up-gradation of 10 Industrial Training Institutes (ITIs) to International Standards in connection with the implementation of projects announced under the Special Investment Plan (Second Anti-Recession Package) under Kerala Infrastructure Investment Fund Board (KIIFB) financing. As a beginning, department has identified the following 10 ITIs for upgrading into International standards (hereinafter referred as the Project). Sl No District ITI 1 Thiruvananthapuram ITI Dhanuvachapuram 2 Kollam ITI Kollam 3 Alappuzha ITI Chengannur 4 Kottayam ITI Ettumannur 5 Idukki ITI Kattappana 6 Thrissur ITI Chalakudy 7 Palakkad ITI Malampuzha 8 Kozhikode ITI Koyilandy 9 Kannur ITI Kannur 10 Kasaragode E.K.Nayanar Memorial Govt. ITI Kayyur 1.4 The general benchmarks for an International ITI are defined jointly by KASE and ITD. These benchmarks shall act as a general guideline for the Upgradation project. 4 P a g e

1.5 KASE is looking for organization experienced in consultancy for preparing a Detailed Project Report (DPR) on the project for the Upgradation of 10 ITIs at par with International Standards. Consultancy shall be awarded to suitable organization (herein after referred to as consultant) selected through a transparent selection process. 2. Invitation 2.1 As stated above, KASE intends to award the preparation of DPR Upgradation of 10 ITIs on par with International Standards to a competent and capable agency. 2.2 Proposals are invited from entities satisfying the legibility criteria specified herein. The proposers have to submit separate competitive technical and financial bids for the scope of work as mentioned in this RFP. 3. Issuer Kerala Academy for Skills Excellence (KASE), under Department of Labour and Skills,Govt. of Kerala which is the State Skill Development Mission. 4. Earnest Money Deposit Proposer should furnish, as part of its bid, an earnest money deposit of Rs.50,000/-. The EMD should be denominated in Indian Rupees and should be in the form of Demand Draft issued by any nationalised/ scheduled commercial banks in India in favour of Kerala Academy for Skills Excellence payable at Thiruvananthapuram. 5. Contact Person Name Mrs Renuka K. Designation Chief Operating Officer(i/c) Telephone 0471 2735949 Mobile 9847488880 Fax 0471-2735856 Email ID coo@kase.in 6. Address for Bid Submission The financial bids need to be submitted to the below address: The Managing Director, Kerala Academy for Skills Excellence (KASE), 3 rd Floor, Carmel Tower, TC No. 15/1037(24), Vazhuthacaud, Thiruvananthapuram, Kerala - 695 014 5 P a g e

7. Time Schedule Date Date of issue of RFP 20.12.2017 Pre-Bid meeting 27.12.2017 Last date for submission of Proposal 17.01.2018 Opening of prequalification documents, Technical Proposal and Technical Presentation Opening of Financial Proposal 19.01.2018 Will be intimated separately. 7.1 Representative of the Proposer, who attends the Pre-Bid meeting, shall produce the authorization by Board in the case of companies and by competent authorities in other cases, specifically authorizing him to represent the Proposer and to bind the Proposer for all the actions of the representative. 6 P a g e

III. PROJECT INFORMATION 1. Scope of Work of the Consultant 1.1 The Selected Consultant shall prepare and submit a DPR on Upgradation of 10 ITIs on par with International Standards. The DPR shall include separate plans for each of the 10 selected ITI and the same shall be submitted to KASE within the 60 days from the date of award of consultancy. 1.2The entire process need to be carried out in consultation with the department of the Industrial Training at various stages and total support to be extended to the department during the implementation process. 2. Infrastructural Benchmarks 2.1 The infrastructural benchmarks for the project are given as Annexure 1. The Upgradation of the selected ITIs shall be based on these benchmarks. 2.2 The components in these benchmarks are classified into two categories; essential and desirable. The components listed as essential are mandatory for every ITI and needs to be incorporated in the DPR for the respective ITI. However, the components listed as desirable are non-mandatory for all the ITIs and needs to be incorporated to any one ITI (at least) based on the other parameters such as land availability etc. 2.3 The benchmarks provided are to be taken as the guidelines for the development of the project. However, a flawless DPR needs to be prepared after considering the applicability on a case-tocase basis. 3. Locations of the Project The locations of the selected ITIs are as below: Sl No Name of the ITI District Address Contact 1 Govt. ITI Dhanuvachapuram 2 Govt. ITI Kollam Kollam 3 Govt. ITI Chengannur Alappuzha Thiruvananthapuram Govt Industrial Training Institute -Dhanuvachapuram, Dhanuvachapuram P O, Thiruvananthapuram, Kerala - 695503 Govt Industrial Training Institute Chandanathope KOLLAM, Kerala 691014 Govt Industrial Training Institute - Chengannur, Angadickal South PO, Alappuzha, Kerala - 689122 0471-2232282 0474 2712781 0479-2452210 7 P a g e

4 Govt. ITI Ettumanoor Kottayam 5 Govt. ITI Kattappana Idukki 6 Govt. ITI Chalakudy Thrissur 7 Govt. ITI Malampuzha Palakkad 8 Govt. ITI Koyilandy Kozhikode 9 Govt. ITI Kannur Kannur 10 E.K.Nayanar Memorial Govt. ITI Kayyur Kasaragode Govt Industrial Training Institute - Ettumanoor, Ettumanoor PO, Kottayam, Kerala - 686631 Govt Industrial Training Institute - Kattappana, Kattappana PO, Idukki, Kerala - 685508 Govt Industrial Training Institute - Chalakudy, Chalakudy PO, Thrissur, Kerala - 680307 Govt Industrial Training Institute - Malampuzha, Malampuzha PO, Palakkad, Kerala - 678651 Govt Industrial Training Institute - Koyilandy, Kuruvangad PO, Kozhikode, Kerala - 673620 Govt Industrial Training Institute - Kannur, Thottada PO, Kannur, Kerala - E.K.Nayanar Memorial Govt. ITI Kayyur Kayyur PO, Cheruvathur (via), Kasaragode, Kerala - 671313 0481 2535562 04868-272216 0480-2701491 0491-2815161 0496-2631129 0497-2835183 0467-2230980 8 P a g e

IV TERMS OF REFERENCE 1. Objectives The objective of the project is to convert the existing 10 ITIs into world class institution with infrastructure and teaching methodologies at par with world renowned academic institutions. Through this, Government aims at providing a global learning experience to the trainees of the state of Kerala. 2. Technical Standards & Benchmarks The technical standards and benchmarks to be followed for the project are detailed in Annexure 1. For parameters where benchmarks are not exhaustive, the consultant needs to define International Standards in consultation with KASE and ITD. 3. Scope of Services The Scope of work for the consultant is as follows: 1. Prepare a complete DPR including separate plans for each of the 10 ITIs selected under the project within the time schedule. 2. The minimum content of the DPR will be; i. Salient Features ii. Executive Summary iii. Project Background iv. Project Objective v. Methodology vi. Overview Of The Project Area vii. Project Feasibility Studies viii. Requirement/ Demand Analysis ix. Existing Situation assessment x. Stakeholders Consultation xi. Environmental & Sustainability Aspects xii. Site Surveys And Investigations xiii. Ocular/Reconnaissance Survey xiv. Topographical Survey xv. Soil Investigation xvi. Hydro-Geological Study xvii. Primary Surveys xviii. Functional Design xix. Engineering Design xx. Financial Estimates & Cost Projections xxi. Revenue Streams xxii. Cost Benefit Analysis& Investment Criteria xxiii. Risk Assessment and Mitigation Measures xxiv. Project Management Organisation xxv. Contract Management Strategy 9 P a g e

xxvi. xxvii. xxviii. xxix. Implementation Schedule & WBS Statutory Clearances Quality Management Plan Operations & Maintenance Plan 2. To present the DPR before the KIIFB committee for the approval of DPR. 4. Deliverables The following deliverables are expected from the consultant selected for the project: 1. Preparation of Detailed Project Report that will enable ITD to upgrade the selected 10 ITIs to international standard. The areas specified in the Scope of Service are the minimum requirement and the Consultants are free to include any other area which is necessary to bring in more quality to the DPR. 2. The DPR shall be in line with the requirements and guidelines for the KIIFB Funding. 3. The DPR shall ensure adherence to International Standards/benchmarks as prescribed as a minimum requirement. However, any improvement or deviations to achieve the object can be included in consultation with the ITD. 4. The Consultant shall submit a draft DPR and have a thread bear discussion with the officials of the ITD before finalising the DPR. The suggestions and recommendations of the ITD shall also be considered in the DPR and shall be finalised only with concurrence of the ITD. 5. Though the a single DPR is to be prepared for the 10 ITIs, there shall be separate section for each ITIs for the design, drawing, cost estimate etc. as well as a consolidated cost estimate for the entire project. 6. The consultant shall be available to provide clarifications to KIIFB during the project appraisal period and to rework/make necessary changes in the DPR, if required by KIIFB, as part of the assignment. 7. The final DPR, as approved by ITD shall be submitted within 60 days of award of consultancy. Issue of letter of award will be considered as the date of award of consultancy for this purpose. 8. The ITD shall be provided at least 5 working days each to study and comment on the draft DPR and the final DPR. The time for discussion and finalisation shall be factored while executing the work and achieving the deadline. It is recommended that the draft DPR may be submitting within 30 days and it shall not exceed 45 days in any circumstances. 9. The assignment shall be complete only on acceptance of the DPR by KIFFB in all respects. 10. The Consultants may be required to provide hand holding during the implementation stage, if necessary, on mutually agreed terms and conditions and remuneration. 10 P a g e

V. INSTRUCTIONS TO PARTICIPANTS 1. Introduction This Section aims to provide guidelines/instructions to Participants, to be used while submitting the Proposals. These are generic in nature, but Proposers are required to abide by them during the submission of proposal as well as the currency of the Project. 2. Eligibility Criteria This RFP is invited from entities meeting the following minimum eligibility criteria: The applicant should be a company or Limited Liability Partnership (LLP) or firm or trust/society registered in India. Should have a minimum of 05 (five) years experience in the field of providing consultancy service, including preparation of DPRs with master planning, in Education sector or engineering or manufacturing Industry for or on behalf of the State or Central Government / other State Governments/ Government PSEs or PSUs / LSGDs/ non-government organizations or private organization of repute, having an estimated Capital cost (excluding land) of at least Rs.50 Crore (Eligible Assignment) in the last 5 years. Should have an annual turnover of not less than Rs. 1 Crore from Consultancy fee from Project Consultancy in each of the last 3 financial years 2014-15, 2015-16 and 2016-17 or at least Rs. 3 Crores in total for these years. Should not be an entity black listed by any state government/ central government / PSUs. 3. Conflict of Interest KASE requires that the Proposers must provide professional, objective, and impartial advice and services and at all times hold the interests of KASE, strictly avoid conflicts with other assignments / jobs or their own corporate interests and act without any consideration for future. In case the bidders (Proposers) have any subsisting interest, either by themselves or through their partners/ Directors, that is likely to conflict the work specified in the Terms of Reference, they shall declare such interests as part of their proposal. 4. Validity of Proposals The Proposals shall remain valid for a period of 240 (two hundred and forty) days after the date of Proposal opening prescribed in RFP. A Proposal valid for shorter period may be rejected as nonresponsive. KASE may seek the Proposers' consent to an extension of Proposal validity (but without modification in Proposals). 5. Right to Accept Proposal KASE reserves the right to accept or reject any Proposal, and to annul the Proposal process or reject all Proposals at any time prior to award of contract, without thereby incurring any liability to the affected Proposer(s) or any obligation to inform the affected Proposer(s) of the grounds for such decision. No bidder shall have any cause of action or claim against KASE for rejection of his proposal. 11 P a g e

6. Fraud and Corruption KASE requires that Proposer selected through this RFP must observe the highest standards of ethics during the submission of proposal and performance and execution of such contract. In pursuance of this policy, KASE: a. Defines, for the purposes of this provision, the terms set forth as follows: i. "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of KASE or any personnel of Proposer(s) in contract execution ii. "Fraudulent practice" means misrepresentation of facts, in order to influence a procurement process or the execution of a contract, to KASE and includes collusive practice among Proposers (prior to or after Proposal submission) designed to establish bids at artificially high or non-competitive levels and to deprive KASE of the benefits of free and open competition; iii. "Unfair trade practices" means supply of services different from what is ordered on, iv. "Coercive practices" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the execution of contract. b. Will reject a proposal for award, if it determines that the Proposer recommended for award is engaged in corrupt, fraudulent, unfair trade practices or coercive practices c. Will declare a proposer ineligible, either indefinitely or for a stated period of time, for awarding the contract, if it at any time determines that the company has engaged in corrupt, fraudulent, unfair trade practice and coercive practices in competing for, or in executing the contract. d. Will declare the Proposer disqualified, if at any time, either before or after award of the contract, it is found that any of the self-certified data or proof of eligibility submitted by the Proposer as part of Eligibility Document or proposal is false, misleading or fabricated and the contract if awarded will be terminated forthwith. 7. Clarifications and Amendments of RFP Document 7.1 The comments on clarifications should be submitted by, 26 th December, 2017. Every effort will be made to clarify the same or provide any additional information desired by you during the Prebid Conference. Requests for additional information, or any delay in complying with such requests, shall not, however, in any way affect the obligation of companies invited to send complete proposals by the deadline indicated above. 7.2 At any time prior to deadline for submission of proposal, KASE may for any reason, modify the RFP. The prospective Proposers having received the RFP shall be notified of the amendments through e-mail/website and such amendments shall be binding on them. 8. Submission, Receipts and Opening of Proposal 8.1 The Proposal must be submitted in ORIGINAL hard copy and should be put in envelope, duly sealed. The envelope shall be super scribed with; 12 P a g e

a) RFP for Empanelment of Consultancy for KIIFB Project - Upgradation of 10 ITIs at par with International Standards b) Address of KASE c) Name, Address and Contact of bidder 8.2 The outer envelop shall contain three separate envelope containing Pre-qualification documents to prove the satisfaction of the eligibility criteria, technical proposal and financial quote that must be in separate sealed covers superscribed Pre-qualification Documents, Technical Proposal and Financial Quote as the case may be. 8.3 The Evaluation Committee reserves the right to request part or all of the proposal documents in any soft copy format. 8.4 During the course of evaluation of Proposal, as well as during the currency of contract, the Evaluation Committee has the right to carry out a due diligence in a fashion relevant to understand the facts. 9. Disqualifications KASE may at their sole discretion and at any time during the evaluation of Proposal, disqualify any Proposers, if the Proposers have: a) Submitted the Proposal documents after the response deadline. b) Made misleading or false representations in the forms, statements and attachments submitted c) Submitted a proposal that is not accompanied by required documentation or is nonresponsive d) Failed to provide clarifications related thereto, when sought e) Declared ineligible by the Govt. of India and, or any state government for corrupt and fraudulent practices or blacklisted by Govt. of India or any state government or KASE f) Submitted a proposal with price adjustment/variation provision g) Technical proposal includes or indicates the price quoted in any manner. 10. Deadline for submission of Proposals 10.1 Proposals from Proposers complete in all respects must be received by KASE at the address specified in Section II before the last date and time mentioned below. Any proposal received after the above stipulated date and time (IST), will not be considered. Last Date for Submission of Proposal: 17 th January 2018, IST 15.00 hrs 10.2 Eligibility Documents and Technical Proposal will be opened by the Opening Committee constituted by KASE and the bidders satisfying eligibility criteria will be required to make a presentation of their technical proposal before the Evaluation Committee. 10.3 Financial Proposals will be opened as per the time schedule, in the presence of the Authorised Representatives of Bidders, who choose to be present. 13 P a g e

10.4 The proposer shall quote financial quote for the preparation, submission of DPR for 10 ITIs and approval from KIIFB of this DPR. 11. List of documents to be submitted as part of Proposal 11.1 DD towards Earnest Money Deposit. 11.2 Covering letter in Annexure 2 format indicating; a) Name, address (including telephone nos. /fax nos., e-mail address, etc.) and registration details of the organization with names of Directors/partners/members). b) Name, address (including telephone nos. / fax nos., e-mail address etc.) of the contact person. 11.3 Pre-qualification Document All the documents to prove the satisfaction of eligibility criteria specified in item 2 of Section III of RFP shall be submitted in a separate cover as Pre-qualification documents, which will be opened first to assess the eligibility of the Proposer. 11.4 Technical Proposal Technical proposal is required to cover at least the following items in detail: a) Brief Profile of the proposer b) Details of experience in preparation of DPR including master planning for education or training institutions. The name of the project, size of the project, implementing agency s details along with the copy of work completion certificate/invoice to be included. c) Name, address and profile of the key personnel d) Constitution of the team proposed to be deployed for the assignment along with the brief experience of each team member. e) Brief about the proposed methodology and plan of execution of assignment. This should provide not only the proposed plan, but shall also demonstrate the understanding of the project by the proposer. f) Details of experience in working for any KIIFB project. g) Any other relevant details. 11.5.1 The above list is an indicative list, which is given as minimum requirement. The Proposers are required to cover in the proposal the entire scope of service as mentioned in the Terms of Reference section - IV. 11.5.2 No information relating to financial terms of your services should be included in the Technical Proposal. Any such mention of financial terms in the technical proposal will render the proposal as invalid. 11.6 Financial Proposal 14 P a g e

11.6.1 The financial proposal should specify the consolidated Consultation Fee for the assignment. The assignment will be concluded on the approval of the DPR by KIIFB. The quoted fee shall include all costs of the consultant including travelling, conveyance, boarding, lodging and all expenses necessary for the performance of the assignment and shall also include the GST payable on the fee. 11.6.2 The financial proposal should be prepared using, but not limited to, the formats attached in Annexure 3. 11.6.3 The financial proposal must also take into account, all the related taxes, duties, cessand liabilities. No tax liability or expenses will be borne by KASE. However, any concession/exemption in the taxes, duties and cesses as are extended to KASE and applicable to the academy will be passed on to the Consultant. 12. Submission of Proposal by Proposers Proposers shall submit responses (referred to as 'Proposal' herein) in prescribed manner to the contact person mentioned. Late submission of proposal would not be entertained under any circumstances. Proposals from Proposers complete in all respects must be received by KASE at the address specified in Section II before the last date and time mentioned herein. Any proposal received after the above stipulated date and time (IST), will not be considered. They will be opened as per the time schedule given in Section II of the RFP document. 13. Proposal Opening 3.1 Proposals will be evaluated by an Evaluation Committee constituted for the purpose. 3.2 The first stage of evaluation will be based on the minimum eligibility criteria detailed above. Only those proposals, which fulfill the above criteria, will be subjected to detailed technical evaluation. 3.3 Technical evaluation will consist of scrutiny of the documents submitted and awarding marks as per the evaluation criteria enumerated below. All Proposers being considered at this stage will be invited for making a presentation before the Evaluation Committee. Technical score will be awarded by the Evaluation Committee by evaluating the documents and the proposals. 3.4 The Technical Evaluation Committee constituted by KASE will be evaluating the EOIs on the basis of the experience of the respondents and score will be granted on the following basis. Sl No Criteria Max. Score Guidelines Document to be submitted 1 No. of years of establishment Minimum 05 years Copy of registration document 15 P a g e

2 2 Total Volume of Projects (in terms of Capital Cost) in the relevant sector in the last 5 years Ability to handle large projects (in terms of Capital Cost) in relevant sector. Marks are awarded based on the capital cost involved in a single major project. 20 Minimum Rs 100 Cr 50 Cr 100 Cr 5 marks 100 Cr 150 Cr 10 marks 150 Cr 200 Cr 15 marks Above 200 Cr 20 marks Self-certified list if the projects are on-going. Project Completion Certificate if the project is complete Project Completion Certificate or Self- Certificate on the single major project undertaken 3 Average Annual Turnover from consultancy activities, of last three years ending 31.03.2017 10 1 cr 3 cr 2 marks 3 cr 5 cr 4 marks 5 cr 7 cr 6 marks 7 cr 10 cr 8 marks > 10 cr 10 marks Audited Financial Statements of the Company for FY 2014-15 2015-16 and 2016-17 or auditors certificate, clearly indicating the income from consultancy 5 Quality of Technical Proposal 20 Key personnel assigned for the Project, experience in similar assignments, understanding of the Project, implementation plan etc. will be considered for scoring. NB: Skilling, Vocational Training and Technical Education & Training are considered to be relevant sectors for this project. 14. Evaluation of Financial Proposal 13.1 The Evaluation Committee appointed by KASE will carry out the financial evaluation of the received proposals. The bidders will be informed by registered letter or by e-mail or by Fax the date and time of opening the financial proposal, with a request to attend the same. The Evaluation Committee will then open the financial proposal and determine if it is complete and without computational errors. 13.2 Any non-comparable components in the financial proposals will be brought to comparable levels using methods that deemed fit by the Evaluation Committee. 13.3 The lowest offer will be considered as L1 of the financial proposal and it will be given a Financial Score (FS) of 100 and the others will be given score on percentile basis. 15. Joint Technical & Commercial Evaluation 14.1 The Evaluation Committee shall follow a Quality cum Cost Based System (QCBS) for finalization of the Proposer. 16 P a g e

14.2 A composite weightage shall be calculated for those bidders whose bids are found to be in order 14.3 The weightage for the composite evaluation is as described below: Technical - 60% Commercial - 40% 14.4 Bidder with the highest composite score (Technical & Commercial = TS*0.60 + CS*0.40) will be called for negotiating the contract. In case of a tie in the overall score bidder with the superior technical score will be invited for negotiations first. 16.Award of Contract 16.1 KASE will issue a letter to the selected proposer after the negotiations have been completed. 16.2 An agreement will be executed with the selected consultant within 15 days of issue of letter of acceptance. 17. Payment 17.1 The agreed consolidated fee will be paid as per the following schedule of payment. On Signing of Agreement 10% as advance On Submission of the draft DPR 40% On Submission of the Final DPR 35% On Approval of DPR by KIIFB 15% 17.2 The Consultant shall raise valid tax invoice as per the above schedule and KASE will release the payment on getting clearance from the ITD. Mere submission of the draft/final DPR will not make the consultant eligible to claim the payment. The officials of ITD will scrutinise the report submitted and on their approval only the payment will be released. 18. Confidentiality 18.1 Information relating to the examination, clarification and comparison of the Proposals shall not be disclosed to any Proposers or any other persons not officially concerned with such process. The undue use by any Proposers of confidential information related to the process may result in rejection of its Proposal. Except with the prior written consent of the KASE, the Proposer and the personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the Contract. 18.2 Neither party will disclose to any third party, without the prior written consent of the other party, any confidential information which is received from the other party for the purposes of providing or receiving Services which if disclosed in tangible form is market confidential or if disclosed otherwise is confirmed in writing as being confidential or if disclosed in tangible form or otherwise, is manifestly confidential. Each party will take measures to project the confidential information of the other party that, in the aggregate are no less protective than those measures it uses to protect the confidentiality of its own comparable confidential information, and in any event, not less than a reasonable degree of protection. Both parties agree that any confidential 17 P a g e

information received from the other party shall only be used for the purposes of providing or receiving Services under this Contract or any other contract between the parties. The Proposer shall not, without KASE's prior written consent, disclose the commercial terms of this assignment to any person other than a person employed by the Proposer in the performance of the assignment. 18.3The clause on Confidentiality shall be valid for a further period of one year from the date of expiry or termination of the assignment, whichever is earlier. 18 P a g e

VI ANNEXURES Index of Annexures Annexure 1 Annexure 2 Annexure 3 - Technical Bench Marks for International ITI - Covering letter to Proposal - Format of Financial Proposal/Quote 19 P a g e

ANNEXURE 1 TECHNICAL BENCH MARKS FOR INTERNATIONAL ITI The following are the basic guidelines for the Upgradation of ITIs. This specifies the standards envisaged to be met by the establishments for transformation into International standards. The benchmarkings are detailed under seven broad headings as below: 1. Land 2. Building 3. Furniture 4. Electrification 5. Water Supply/Sanitation 6. Communication & Information Technology 7. Safety & Security 1. Land 1.1 Landscaping (Essential) Architectural Service Department of Hong Kong special administrative region guidelines on Landscaping based on BS standards 2012 1.2 Internal Road (Essential) best practices followed by University of Tennessee, USA Internal Roads in the campus must use asphalt paving since it is a vehicular way Material: Surface course shall be 1.5 thick with a 2.5 thick asphaltic concrete binder Base: 8 thick minimum bed of aggregate. All asphalt applications must demonstrate that the surface course thickness and aggregate base are sufficient for design loading and soil conditions prior to approval and installation. Slope: Pitched to drain at 1% minimum. Crosswalks (Zebra Crossings) shall be provided at all areas where pedestrian traffic intersects with vehicular traffic. Material: University streets - white thermoplastic with 24 longitudinal lines, 10 wide at 4 o.c, spacing. 24 wide stop bars to extend the width of the traffic lane and shall be offset 5 from the crosswalk. 1.3 Pathways (Essential) best practices followed by University of Tennessee, USA Concrete shall be the standard pedestrian walking material used throughout campus Material: Provide 4-inch thick reinforced concrete for walkways less than 6 feet wide and 8- inch thick reinforced concrete for walkways greater than 6-foot width. Finish: Medium broom, perpendicular to the longitudinal axis Control joints: Tooled, 3/8 wide and 1/4 the thickness of the slab deep, spaced at 10 o.c. maximum 20 P a g e

Expansion joints: 40 o.c. maximum with adequate aggregate base materials to prevent vertical movement. If the subsoil conditions are inadequate smooth internal dowels at the joints may be used to prevent vertical movement. Slope: Pitched to drain at 1.5% minimum Concrete pavers shall also be used for accent and banding Material: Appian Stone or equal with 5 ½ x 5 ½ sq. unit and a 5 ½ x 8 ¼ Rectangular unit available from Paver Systems; Paver shall be minimum 2 3/8 thick. Base: 4 reinforced concrete slab with a 1 thick sand/mortar bed. Colour: Granite Blend Pattern: K Pattern Joints: 1/8 swept joints butted together Slope: Pitched to drain at 1.5% minimum 1.4 Playground (Desirable) 400m Olympic standard synthetic running track (International Association of Athletics Federations -IAAF) - As per IAAF Track and Field Facilities Manual 2008 Edition Lane Total length Radius Semi-circle length Delta Angle Lane Width 1 400.00 m 36.80 m 115.61 m 0.00 m 0.00 122 cm 2 407.67 m 38.02 m 119.44 m 3.83 m 5.78 122 cm 3 415.33 m 39.24 m 123.28 m 7.67 m 11.19 122 cm 4 423.00 m 40.46 m 127.11 m 11.50 m 16.28 122 cm 5 430.66 m 41.68 m 130.94 m 15.33 m 21.08 122 cm 6 438.33 m 42.90 m 134.77 m 19.16 m 25.60 122 cm 7 446.00 m 44.12 m 138.61 m 23.00 m 29.86 122 cm 8 453.66 m 45.34 m 142.44 m 26.83 m 33.90 122 cm 21 P a g e

9 461.33 m 46.56 m 146.27 m 30.66 m 37.73 122 cm Football field within the track as per FIFA standards 1.5 Stadium (Desirable) 1.6 Amphitheatre (Desirable) Seating Capacity 300 Seats in preferably 7 rows with a total area of 1 Acre Best practice adopted by the Boy Scout of America Stage size 24 feet x 12 feet with handrails along rear and sides. Concrete floor First row 20 feet from the stage 4 feet width between rows. 5 to 6 feet aisle width. Recommended slope 1 : 4 for the tiered benches 16 from grade to top of bench AV room behind the seats and conduit between AV room and stage Provide Low level aisle lighting, overhead general lighting and directional stage lighting Ramp and step access to the stage 1.7 Auditorium (Essential) Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) 1.8 Parking (Essential) Parking guidelines published by University of Houston to be taken The parking layout should provide continuous flow of traffic through the lot. The design should allow safe movement of pedestrians from parking to buildings. Circulation systems shall be designed to avoid conflicts between vehicular, bicycle, and pedestrian traffic.where pedestrian circulation crosses vehicular routes, a crosswalk with yellow striping in plastic paint, speed bumps, or signage shall be provided to emphasize the conflict point and improve its visibility and safety. All elements of the site design shall accommodate access requirements of emergency service vehicles. All parking spaces, exclusive of access drives or aisles, shall consist of a rectangular area not less than eight and one-half (8½) feet wide by eighteen (18) feet in length except that parallel parking stalls shall be ten (10) feet by twenty (20) feet. All parking lots should be constructed with perimeter curbs wherever feasible. These curbs should be constructed of reinforced concrete All parking lots must be accessible for the physically challenged and reserved parking lots needs to be provided. 1.9 Garden/Agriculture (Desirable) 22 P a g e

As per the guidelines published by Central Public Works Department (CPWD Volume 2) for horticulture and landscaping The Garden/Agriculture in each institution shall be designed with local trees and plants that require minimal maintenance. 1.10 Driving Tracks (Essential for ITI with respective trade) Designed based on Irish standards and Indian Roads Congress standards Standards to be adopted from Institute of Driving Training & Research (IDTR), Edappal in Malappuram district which is an upcoming institute in facilities based on BS standards, established by Motor Vehicles Department of Kerala 23 P a g e

2. BUILDING International Standard is the International Building Code version 2015. 2.1 Design (Essential) National Accreditation Board for Education and Training NABET & Quality Council of India QCI standards followed for setting up of ITI. The standards used for the International ITI must therefore be at least comply with this minimum standards The design best practice can be adopted from Lake Sumter Community College, Florida, USAwhich gives very detailed guidelines on the following aspects: General Requirements like Administrative Requirements, Quality Control, Value Engineering Analysis etc., Site work - Site Preparation, Subsurface Investigation, Site Utility Services Concrete - Cast-In-Place Concrete, Concrete Unit Masonry, Glass Masonry Units Wood And Plastics Interior Architectural Woodwork Doors And Windows Finishes - Portland Cement Plaster, Tile, Acoustic requirements, carpet, wall coverings. Specialties - Toilet Compartments, Directories & Bulletin Boards, Signs Special Construction - Lightning Protection, Security Access & Surveillance, Detection & Alarm 2.2 Administration Block(Essential) Work Place requirement Room Specification Standard Office of HoD and above 20 sq.m per room Single Occupant International University College of London Office of Senior Staff 12 sq.m per room Single Occupant International University College of London Office of Junior Staff 6.2 sq.m per person Shared Office International University College of London Office Meeting Room 21 sq.m for 10 persons International University College of London 2.3 Academic Block (Essential) International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Classroom Ideally 30 to 75 seats 30 square feet per trainee (2.75 square metre per trainee) Classrooms should be sized in a 2:3 or 3:4 width to length ratio. Long, narrow, style rooms are not acceptable. Flat floors Rearrangable furniture 24 P a g e

Lecture halls with capacities above 75 require tiered seating. A curved configuration improves visibility and student/instructor connectivity. The first row of student seating should be a minimum of 1.5 times the width of the projection screen from the front of the room. Example: projection screen size 90 H x 120 W, first row of student seating would be 15 0 from front of room. If not possible to maintain formula outcome, allow a minimum of 9 feet from the front of the room to the first row of seats. The instructor s station will require 10 square feet. Classrooms shall be located on the lower floors to minimize the amount of traffic that uses elevators or stairways. Doors should be located at the back of the classroom to ensure that students who are entering or exiting the space will not disrupt instruction. Each door leaf to be a minimum of 36 wide, including those used in pairs at double doors. Daylight is an important part of most learning environments. Windows should be included in classrooms whenever possible. Specify an anti static, high traffic, commercial grade carpet tile. No solid or light colours are permitted. A directory that identifies classroom locations should be provided at each entrance along with a directory of other programs and activities located in the building Classrooms should be located away from noise generating areas such as mechanical rooms, elevators, vending machines, and restrooms. If physical separation is not feasible, increased acoustical treatments may be needed. Every seat must have an unobstructed view of the teaching wall. No columns or other visual obstructions are allowed. As much as possible, the designer should avoid the placement of structural columns within the seating area. To accommodate classroom lighting and technology requirements, the ceiling height of all classrooms should be as high as possible. Nine (9) feet shall be the minimum ceiling height, although Ten (10) to Twelve (12) feet above the finished floor is preferred. Internal classroom walls shall run deck to deck, with a Sound Transmission Coefficient (STC) rating of 50 minimum. Fixed height whiteboards should be mounted with the bottom edge at 36 inches above the floor. Each whiteboard should have a continuous marker tray below each marker board. Capacity of room Minimum Writing Surface Dimensions 0 25 12 ft. wide x 4 ft. high 25 75 20 ft wide x 4 ft. high Hallways should be sized to accommodate at least double the loads identified in code due to the large number of students leaving and entering the rooms, and provide gathering space during class changes. 2.4 Workshop/Lab (Essential) 25 P a g e

Building for Laboratories (UNESCO) Building for Workshops (UNESCO) Building for Practical teachings (UNESCO) DGET standards for workshops vary for different trades. The area recommended is the bare minimum required, that are insufficient for the machinery and equipment. Hence in general, 1.5 times area of DGET recommendation can be adopted. Over and above this area, an instructor cabin cum temporary storage area of 20 sq.m to be attached 2.5 Library (Essential) Modular Concept Advanced Vocational Training System (AVTS). Flexible shop floor arranging similar trades alternatively International standard: London School of Economics (http://www.lse.ac.uk/library/assets/documents/library-floor-plans-pdf.pdf) Separate five-storey building Rooms for silent study, group study/discussions, Training rooms Separate sections for undergraduate and post graduate reading Computer rooms for e-books and e-journals Air-conditioned 2.6 Common Amenities (Essential) Toilets Pharmacy Drinking Water Stations 2.7 Fitness Centre (Desirable) International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Full line of cardio equipment including Treadmills, Stairmasters, Recumbent Bikes, Cross-Trainers, Arc Trainer, and Upright Bikes. Weight training equipment - Leg Press, Leg Extension, Leg Curl, Lat Pull-Down, Dual- Axis row, CybexLat Pull-Down, Dual-Axis Chest Press, Fly Machine, Overhead Press, Arm Curl, Arm Extension, Abdominal Crunch, Torso Rotation, Maxicam Cable Cross, Seated Calf Raise, Dumbbells ranging from 3lbs. to 100lbs Locker room with showers and temporary lockers 26 P a g e

2.8 Seminar Hall (Essential) International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Seminar/Collaborative classrooms are a subset of traditional classrooms in which the teaching methods require group work. The furniture is movable and flexible. Flat floors are required. 2.9 Recreation Centre (Desirable) 25 30 square feet per student accommodates flexibility in furniture arrangement to meet most types of pedagogy. General conditions similar to classroom International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Climbing Center 2,000 sq,ft climbing space Fitness Studio 1200 sq,ft studio Fitness Centre and sports centre is part of recreation centre 2.10. Store (Essential) Store building should comply with International Building Code (IBC 2015) Racking should be as per American National Standard ANSI MH 16.1-1974) 2008 RMI Specification that highlights Load Application & Rack Configuration Considering protection and safety from Seismic activities, NEHRP Recommended Provisions (Seismic) and FEMA 460 compliance Building safety as per National Fire Protection Association, USA guideline NFPA 5000 ASCE 7 (minimum design loads) 2.11. Production Centre (Essential) Customised for each ITI To be setup in association with Industry 2.12. Dumping Yard (Essential) Corresponding IS does not exist Best adaptable standard for open dumping yard is IPSS 1-11-24-15 Steel Industry 2.13. Ventilation (Essential) Compliance to OSHA (Occupational Safety and Health Administration), USA regulation. Many OSHA health standards include ventilation requirements. 29 CFR 1910.94 deal with local exhaust systems 27 P a g e

29 CFR 1926 contain ventilation standards for welding 2.14. Roofing (Essential) International Residential Code 2006, New Jersey Edition which specifies the Roof Assemblies Standards through sections R901 to R906. This can be adopted as roofing standards for the ITI R901 General R902 Roof Classification R903 Weather Protection R904 Materials for Roofing R905 Requirements for Roof coverings R906 Roof Insulation These standards need to modified based on the local climatic conditions 2.15. Ceiling 2.16. Hostel (Essential) AS/NZS 5725:2015 Boarding standards for schools and residence (Australian Standard) 2.17. Canteen (Essential) AS4674:2004 Construction and fit out of food premises 2.18. Staff Quarters and Guest House(Essential) Fully Furnished 28 P a g e

3. Furniture 3.1 Office (Essential) International Standards University of Free State, South Africa 29 P a g e

30 P a g e

3.2 Classroom (Essential) International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Any furniture item should be comfortable for use by people ranging in size from - female (4 11 tall, 113 pounds) to male (6 2 tall, 246 pounds). Tables can be for 1, 2, or 3 students allowing a minimum of 30 per student. To allow for note taking and reference materials the minimum work surface area should be 3.75 square feet per occupant. Depths of table vary from 18 24 based on room layout, 18 wide tables are preferred with 3 space in front. Tablet arms should be considered only related with theatre seating. Table edge to be a heavy duty extremely durable material. Auditorium fixed seat width to be at 24 inches unless restricted by row curve. 31 P a g e

All seating shall have proper lumbar support to accommodate the broadest range of users, with a backrest that conforms to the natural curvature of the spine and allows for articulating movement. Lecterns Small sized rooms with less than 35 seats. Provide a 25-inch lectern with 13 space Av equipment rack and small storage space. Medium sized rooms with less than 100 seats. Provide a table with detachable 33-inch lectern with 13 space rack and separate computer bay and a stool to be placed at the front of the room. Large rooms with more than 100 seats. Provide a 43-inch instructor s podium with space for two 33 inch AV equipment racks and availability of a seminar table with lectern and stool. Clocks are required in each classroom. They should be large and easy to read with a simple black frame. It should be placed on the back or side wall in a location visible to the instructor. Recycling and trash receptacles are required in all rooms. 32 P a g e

4 Electrification 4.1 Wiring (Essential) CODE OF PRACTICE FOR THE ELECTRICITY (WIRING) REGULATIONS - The Electrical and Mechanical Services Department of the Government of the Hong Kong Special Administrative Region This CoP follows British Standards Institution (BSI) The Institution of Engineering & Technology and IEE Wiring Regulations Codes 1 to 22, 25 and 26 gives complete standards for wiring. The standardisation includes all the details such as Circuit categories Safety Requirements Isolation and Switching Overcurrent protection Earthing arrangement and Earth leakages Joints and connections Wiring, installation enclosure Overhead line installations Alterations and additions Periodic inspection and testing Record keeping Workmanship This standard should be followed for wiring 4.2 Campus Lighting (Essential) International Standard: University of California Adaptive LED Street, Area Lighting - 91% Energy savings National Standard: Bureau of Energy Efficiency guidelines 4.3 Solar Energy/Renewable Energy (Essential) 4.4 Air Condition (Essential) International Standard Guidelines published by University of Connecticut based on Council of Educational Facility Planners International (CEFPI) and Postsecondary Education Facilities Inventory and Classification Manual (FICM) Centralised Air conditioning is recommended Chillers, air conditioning units and other cooling equipment within new buildings shall use refrigerantsthat contain no CFCs. HCFCs or alternative refrigerants used shall have the lowest possible GlobalWarming Potential and Ozone Depleting Potential, and the Designer shall specify chillers and othercooling equipment with the lowest feasible operating pressure 33 P a g e