Академический Документы
Профессиональный Документы
Культура Документы
FOR
1
1 Airports Authority of India, hereby invites through this Global Request for Qualification
(“RFQ”), the interested Applicants for shortlisting and pre-qualification for grant of a
concession for providing Ground Handling Services at various AAI owned Group A, B & C
Airports, as set forth in detail in this RFQ.
2 All the Applicants are instructed to submit their Applications on NIC CPP portal only
(http://etenders.gov.in/eprocure/app) and shall follow the guidelines provided at the NIC CPP
portal.
3 For any technical queries, related to e-portal, the Applicant may contact the Helpdesk (“Help
Desk Services”). The 24x7 Help Desk details are as below:
Tel Number: 0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787
E-mail: support-eproc@nic.in
Note: The Applicants are requested to kindly mention the URL of the portal and tender ID in
the subject while emailing any issue along with the contact details.
4 For any issue(s)/ clarification(s) relating to the publishing and submission of the AAI
tender(s):
(a) In order to facilitate the Applicants as well as internal users from AAI, Help Desk
Services have been launched between 0800-2000 hours for the CPPP under
Government eProcurement Solution of National Informatics Centre (GePNIC)
http://etenders.gov.in. The Help Desk Services shall be available on all working days
(except Sunday and gazette holiday) between 0800-2000 hours and shall assist users on
issues related to the use of Central Public Procurement Portal (CPPP).
(b) Before submitting any queries, the Applicants are requested to follow the instructions
given in “Guidelines to Applicants” and get their computer system configured
according to the recommended settings as specified in the portal at “System Settings
for CPPP”.
5 For any technical assistance with regard to the functioning of the portal, the Applicants as well
as AAI users may contact the representatives of the Authority in accordance with the
escalation matrix as mentioned below:
2
S. Support Escalation E-mail Address Help Desk Timings
No. Persons Matrix Number
(IT) Issue sanjeevkumar@aai.aero (MON-FRI)
3. S. Nita, After 12 snita@aai.aero - 0930-1800
AGM (IT) hours Hrs.
(MON-FRI)
4. General After 03 gmitchq@aai.aero 011-24657900 0930-1800
Manager (IT) days Hrs.
(MON-FRI)
5. CHQ Nodal After 03 dahiya_ms@aai.aero 011-24658053 0930-1800
Officer days Hrs.
(MON-FRI)
The Helpdesk Services shall remain closed on government notified gazette holidays.
The above-mentioned help desk numbers are intended only for queries related to the issues on
e-procurement portal and help needed on the operation of the portal. For queries related to the
tenders published on the NIC CPP portal, the Applicants are advised to contact the concerned
representative of AAI.
3
TABLE OF CONTENTS
DEFINITIONS ......................................................................................................................... 6
DISCLAIMER ........................................................................................................................ 13
1. INTRODUCTION .............................................................................................................. 15
1.1 Background .................................................................................................................. 15
1.2 Airport Background ..................................................................................................... 17
1.3 Brief description of Bidding Process ........................................................................... 17
1.4 Schedule of RFQ Process............................................................................................. 20
2. INSTRUCTIONS TO APPLICANTS ................................................................................ 21
2.1 Scope of Application.................................................................................................... 21
2.2 Eligibility of Applicants ............................................................................................... 21
2.3 Change in composition of the Consortium .................................................................. 27
2.4 Airport visit and verification of information ............................................................... 27
2.5 Acknowledgement by Applicant.................................................................................. 27
2.6 Right to accept or reject any or all Applications.......................................................... 28
2.7 Clarifications ................................................................................................................ 29
2.8 Amendment of RFQ ..................................................................................................... 30
2.9 Language ...................................................................................................................... 30
2.10 Format and signing of Application........................................................................... 30
2.11 Submission of Applications ..................................................................................... 31
2.12 Application Due Date ............................................................................................... 32
2.13 Modifications/ substitution/ withdrawal of Applications ......................................... 32
2.14 Opening and Evaluation of Applications ................................................................. 32
2.15 Details of Technical Capacity and Financial Capacity ............................................ 33
2.16 Confidentiality.......................................................................................................... 33
2.17 Tests of Responsiveness ........................................................................................... 34
2.18 Shortlisting and notification ..................................................................................... 35
2.19 Submission of Bids................................................................................................... 35
2.20 Proprietary data ........................................................................................................ 35
2.21 Correspondence with the Applicant ......................................................................... 35
3. CRITERIA FOR EVALUATION ...................................................................................... 36
3.1 Evaluation parameters .................................................................................................. 36
3.2 Threshold Eligibility Criteria ....................................................................................... 36
3.3 Evaluation of Applications .......................................................................................... 40
4. FRAUD AND CORRUPT PRACTICES ........................................................................... 41
4
5. PRE-APPLICATION CONFERENCE .............................................................................. 43
6. MISCELLANEOUS ........................................................................................................... 44
SCHEDULE I - GROUND HANDLING SERVICES............................................................... 45
SCHEDULE II - AIRPORTS ..................................................................................................... 48
SCHEDULE III - LIST OF CIVIL ENCLAVES AND JOINT USER DEFENCE AIRFIELDS
.................................................................................................................................................... 50
SCHEDULE IV – GROUND HANDLING TARIFF CAP ....................................................... 51
APPENDIX 1 ............................................................................................................................. 52
ANNEXURE 1 ........................................................................................................................... 57
ANNEXURE 2 ........................................................................................................................... 60
Annexure 2A - TECHNICAL CAPACITY OF THE APPLICANT .......................................... 60
Annexure 2B - CERTIFICATES ................................................................................................ 64
Annexure 2C - CERTIFICATES ................................................................................................ 65
Annexure 2D- CERTIFICATES ................................................................................................ 67
Annexure 2E - CERTIFICATES ................................................................................................ 68
ANNEXURE 3 - FINANCIAL CAPACITY OF THE APPLICANT ....................................... 69
ANNEXURE 4 ........................................................................................................................... 70
APPENDIX 2 ............................................................................................................................. 71
APPENDIX 3 ............................................................................................................................. 72
APPENDIX 4 ............................................................................................................................. 74
APPENDIX 5 ............................................................................................................................. 77
APPENDIX 6 ............................................................................................................................. 82
APPENDIX 7 ............................................................................................................................. 86
5
DEFINITIONS
In this Global Request for Qualification, the following expressions shall have the meaning
stated herein:
“Accounting Year” means the financial year commencing from the first day of April of any
calendar year and ending on the thirty-first day of March of the next calendar year;
“Actual Gross Revenue” means all pre-tax gross revenue earned by the Concessionaire(s)
under or pursuant to the Concession Agreement, during the subsistence of the Concession
Agreement, and shall include any monies received from the Users and other persons, by the
Concessionaire but shall exclude the following:
(i) any insurance proceeds received by the Concessionaire relating to (a) third
party liability insurance paid or to be paid to the person whose claim(s)
constitute(s) the risk or liability insured against; and (b) any form of physical
damage of assets, and the Concessionaire has incurred or will incur an
expenditure greater than or equal to such proceeds received for repair,
reinstatement or otherwise replacement, promptly and diligently of such assets;
(iii) Any income collected by the Concessionaire on behalf of third party service
providers, after approval from the Authority.
(i) insurance proceeds referred to in exclusion (i) above, shall not include any
exclusion of insurance proceeds received for loss of revenues and/ or business
interruption;
(ii) monies referred to in exclusion (ii) above, shall be excluded only if the same
has been credited or will be credited by the Concessionaire to the relevant
Government Instrumentality promptly and diligently and any fine, penalty or
other amounts of similar nature that may accrue as a result of non-payment or
delayed payment of such monies under the applicable laws, will not be
excluded;
(iv) Actual Gross Revenue will be computed on an annual basis for an Accounting
Year, in accordance with the Indian Generally Accepted Accounting Principles
6
(IGAAP) as applicable;
“AERA Act” shall mean the Airports Economic Regulatory Authority of India Act, 2008, as
amended, modified and superseded from time to time;
“Affiliate” shall mean in relation to any Applicant or Member, a person who controls, is
controlled by, or is under the common control with such Applicant or Member. As used in this
definition, the expression “control” means: (a) with respect to a company, corporation or LLP
the ownership, directly or indirectly, of more than 50% (fifty per cent) of the economic or
voting rights of such person, b) with respect to a person which is not a company, corporation
or LLP the power to direct the management and policies of such person by operation of law;
“Airline Ground Handling Agreement” shall mean a ground handling agreement between a
scheduled airline and the Ground Handling Agency;
“Airport” shall mean the respective airport mentioned in the list provided in Schedule II
which includes all its land, buildings, equipment, facilities and systems;
“Airside Safety Regulations” means the manual on „Airside Safety Regulations‟, prepared by
the Authority, as amended from time to time, to make the airside environment safer for aircraft
operations, passenger safety and as a guidance for all those who function on the airfield(s) of
the Airport;
“Applicable Laws” means all laws in force and effect including without limitation all statutes,
rules, regulations, notifications, circulars and guidelines, it also includes judgments, decrees,
injunctions, writs and orders of any court of record, tribunal or quasi-judicial body and
instructions, decisions and directions of any governmental body or administrative authority,
rules of any recognized stock exchange, as amended, replaced, re-enacted, restated or re-
interpreted from time to time in India or any other relevant and applicable jurisdiction;
7
the Concessionaire;
“Application Due Date” shall have the meaning ascribed to the term in Clause 1.1.6;
“Authority” or “AAI” shall mean the Airports Authority of India constituted under Airports
Authority of India Act, 1994, including any amendment / re-enactment thereof;
“Bid” shall mean the financial proposal to be submitted by each Bidder as a part of the
Bidding Process in compliance with the Bidding Documents;
“Bid Stage” shall have the meaning ascribed to the term in Clause 1.3.1;
“Bidder(s)”shall mean those Applicant(s) who, after evaluation of their Application as per
Clause 3.3, stand qualified and shortlisted to be eligible for participation in Bid Stage;
“Bidding Documents” shall have the meaning ascribed to the term in Clause l.3.4;
“Bidding Process” shall have the meaning ascribed to the term in Clause 1.3.1;
“Bid Security” shall have the meaning ascribed to the term in Clause 1.3.4;
“Bid Validity Period” shall have the meaning ascribed to the term in Clause 1.3.7;
“Civil Enclaves” shall mean the area, if any, allotted at an airport belonging to any armed
force of the Union, for use by persons availing of any air transport services from such airport
or for the handling of baggage or cargo by such service, and includes land comprising of any
building and structure on such area;
“Companies Act” shall mean the (Indian) Companies Act, 2013, and any amendments
thereto;
“Concession” or “License” shall mean the rights granted to the Concessionaire pursuant to the
execution of the Concession Agreement for performing or undertaking the Ground Handling
Services at the Airport;
“Concession Agreement” shall mean the agreement(s) to be entered into, in accordance with
8
the Request for Proposal (RFP), between the Authority and the Concessionaire, for the award
of the Concession, in the form issued by Authority pursuant to the RFP;
“Concession Term” shall mean, a period of 10 (ten) years from the execution of the
Concession Agreement by the Concessionaire at the Airport(s), unless terminated earlier in
accordance with the terms and conditions of the Concession Agreement;
“Concessionaire” shall have the meaning ascribed to the term in Clause 2.2.4;
“Consortium” shall mean, a group of entities not exceeding 3 (three), coming together to
submit the Application;
“Conflict of Interest” shall have the meaning ascribed to the term in Clause 2.2.1(iii);
“Financial Capacity” shall have the meaning ascribed to it in Clause 3.2 (B);
“Global Request for Qualification” or “RFQ” shall have the meaning as set forth in the
Disclaimer
“Ground Handling Agency” or “GHA” shall mean an entity established for the purpose of
providing Ground Handling Services at airports, duly certified by the Bureau of Civil
Aviation Security;
“Ground Handling Facilities” means the facilities for the provision of the Ground Handling
Services to be designed, constructed, developed, financed, procured, installed, commissioned,
operated, managed and maintained by the Selected Bidder/ Concessionaire including without
limitation, equipment, the ground support equipment facility, and other movable and
immovable properties, as more particularly defined in the Concession Agreement;
“Ground Handling Services” or “GH Services” means the services necessary for an
aircraft‟s arrival at and departure from an airport other than air traffic control and it includes:
“Ground Handling Tariff Cap” shall have the meaning ascribed to the term in Clause 1.1.1
(ii);
9
“GoI” shall mean the Government of India and any agency, authority (including regulatory
authority), department, inspectorate or ministry or statutory person (whether autonomous or
not) under the control and direction of GoI;
“GoST” shall mean the government of the respective state in which a particular Airport is
located and any agency, authority (including regulatory authority), department, inspectorate,
ministry or statutory person (whether autonomous or not) under the control and direction of
the respective GoST;
“Gross Revenue for Billing” means the higher of the Actual Gross Revenue or 70% (seventy
percent) of the revenue calculated as per the maximum tariff and as detailed in the Concession
Agreement.
“Joint Bidding Agreement” shall have the meaning ascribed to the term in Clause 2.2.4 (v);
“Lead Member” in respect of an Applicant where the Applicant is a Consortium, shall mean
such entity, which is named and identified as such in the Application and as described in
clause 2.2.4 (iii).
“Letter of Intent to Award” or “LOIA” shall mean the written notice issued by Authority to
the Selected Bidder intimating the acceptance of Selected Bidder's Bid for the award of the
right to execute the Concession, subject to the fulfillment of conditions of award and such
other conditions as set out under the Letter of Intent to Award;
"Major Airport" means any such airport as notified by AERA, and as may be amended or
modified from time to time;
10
“Member” shall mean member of a Consortium;
“Qualification Stage” or “RFQ Process” shall have the meaning ascribed to the term in
Clause 1.3.1;
“Request for Proposals” or “RFP” shall have the meaning ascribed to the term in Clause
1.3.1;
“Security Deposit” shall mean an irrevocable, unequivocal and unconditional guarantee from
a scheduled bank for a sum equivalent to [], which shall remain valid for a period not less
than 6 (six) months from the expiry of the Concession Term.
“Selected Bidder” shall mean the Bidder selected by Authority, pursuant to the Bidding
Process and to whom the Letter of Intent to Award is issued in accordance with the terms of
the RFP;
“Special Purpose Vehicle” shall mean a company constituted by the Selected Bidder under the
(Indian) Companies Act, 2013 and modified from time to time for the purpose of executing the
Concession Agreement with the Authority;
“Subject Person” shall have the meaning ascribed to it in Clause 2.2.1 (iii) (aa);
“Technical Capacity” shall have the meaning ascribed to it in Clause 3.2 (A);
“Tender Fee” shall have the meaning ascribed to the term in Clause 1.3.2;
“Terminal” means the building or area of the Airport or Civil Enclave which is used for
embarkation or disembarkation or processing of passengers;
“Threshold Eligibility Criteria” shall mean the minimum eligibility criteria as prescribed in
Clause 3.2 hereof, to be satisfied by the Applicant, to be eligible for pre- qualification and
short-listing in terms hereof;
“Utilities” means electricity, water, sewerage, data, voice communication and other analogous
utilities as may be decided and provided by the Authority to the Concessionaire in accordance
with the provisions of the Concession Agreement;.
11
“Utilities Charges” shall mean the charges for the usage of electricity, water, sewerage, data,
voice communication and other analogous utilities payable by the Concessionaire to the
Authority in accordance with the provisions of the Concession Agreement.
“Users” shall mean the domestic and international airlines and such other aircraft operators,
agencies, bodies and companies which utilize the Ground Handling Services at Airport from
the Concessionaire/s.
12
DISCLAIMER
The information contained in this Global Request for Qualification document (“RFQ”) or
subsequently provided to Applicant(s), in documentary form, by or on behalf of the Authority
or any of its employees or advisors is provided to Applicant(s) on the terms and conditions set
out in this RFQ and such other terms and conditions subject to which such information is
provided.
This RFQ is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Applicants or any other person. The purpose of this RFQ is to provide interested
parties with information that may be useful to them in the formulation of their application for
qualification pursuant to this RFQ (“Application”). This RFQ includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the
Concession. Such assumptions, assessments and statements do not purport to contain all the
information that each Applicant may require. This RFQ may not be appropriate for all persons,
and it is not possible for the Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this RFQ.
The assumptions, assessments, statements and information contained in this RFQ may not be
complete, accurate, adequate or correct. Each Applicant should therefore, conduct its own
assessment, due diligence and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFQ and obtain independent advice from appropriate sources.
Information provided in this RFQ to the Applicant(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder, under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFQ or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFQ and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFQ or arising in any way with
short-listing of Applicants for participation in the Bidding Process.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Applicant upon the statements
contained in this RFQ.
13
The Authority may, in its absolute discretion but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this
RFQ.
The issue of this RFQ does not imply that the Authority is bound to short-list Applications for
Bid Stage or to appoint the Selected Bidder or Concessionaire, as the case may be, for the
Concession and the Authority reserves the right to reject all or any of the Applications or Bids
without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by the Authority or any other costs incurred in connection with or relating to its
Application. All such costs and expenses will remain with the Applicant and the Authority
shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by an Applicant in preparation or submission of the Application, regardless
of the conduct or outcome of the RFQ process.
The Applicant shall be wholly responsible for any statements/documents/ records, etc.
submitted pursuant to this RFQ and ensure accuracy thereof. The Authority or its employees
or its advisors shall accept no responsibility or liability for any deficiency that may be made
by the bidder. Any false declaration made by the Applicant shall invite action as may be
decided by the Authority including termination, debar, forfeiture of Tender Fee. The Applicant
shall also indemnify the Authority, its employees and advisors from actions arising out of this
RFQ.
14
AIRPORTS AUTHORITY OF INDIA
1. INTRODUCTION
1.1 Background
1.1.1 The Authority is engaged in the development, operations and maintenance of airports in
India. As part of this endeavor, the Authority has undertaken to grant concession for
providing Ground Handling Services at AAI managed airports to provide safe, secure and
economical GH Services. The Authority intends to grant Concession for GH Services and
has decided to carry out a transparent Bidding Process for selection of a Concessionaire
to whom the Concession may be awarded. Brief particulars of the Concession are as
follows:
(i) The list of the “Group A”, “Group B” and “Group C” Airports is set out in
Schedule II of this RFQ. The Authority intends to short list suitable Applicants
who will be eligible for participation in the Bid Stage, for award of the
Concession through an open transparent Bidding Process. The number of
Concessionaires to be appointed at each of the Airport mentioned through this
RFQ shall be as per Schedule II.
(ii) A Ground Handling Agency with foreign ownership of 50% (fifty per cent)
or more of its paid-up capital shall not be allowed to undertake ground
handling activities at Civil Enclaves or joint user defence airfields.
Accordingly, Ground Handling Agency with foreign ownership of 50% (fifty
per cent) or more of its paid-up capital will not qualify for submission of its
financial proposal for the list of Civil Enclaves and joint user defence
airfields as set out in Schedule III.
15
(iv) Responses to this RFQ will be used as part of a two-stage selection process. The
RFQ is intended to shortlist the Applicants who will then be invited to respond to
RFP(s) to be released by the Authority and submit their Bids for the Concession.
The Bidders can respond to the RFP(s) for the Airports in respective Groups for
which it has been shortlisted. The timeline for submission of Applications shall be
in accordance with Clause 1.4.
(v) The Authority would finalize the structure of the transaction at the RFP stage for
selection of the Selected Bidder(s).
NON-EXCLUSIVE CONCESSION:
(ii) The tariff to be levied at Non-Major Airports by the Concessionaire shall not
exceed the tariff for a particular aircraft type (“Ground Handling Tariff Cap”),
which are provided in Schedule IV. The Authority shall assist the Concessionaire
on best effort basis to obtain approval(s) from the competent authority on the
tariffs for Ground Handling Services levied at the Airport. For the avoidance of
doubt, it is clarified that for all Non-Major Airports, the Selected Bidder shall take
approval from MoCA. The Ground Handling Tariff Cap for a Major Airport shall
be the tariffs approved by AERA. It is clarified that in the event a Non-Major
Airport is notified as a Major Airport, the Ground Handling Tariff Cap shall be
the tariffs as determined by AERA.
1.1.2 The scope of Concession would, inter alia, include to provide the Ground Handling
Facilities and Ground Handling Services at the Airport (“Concession”) as mentioned in
Schedule I in accordance with the service level standards as detailed in the Concession
Agreement.
1.1.3 The Authority will provide the bare land or space on an “as is where is” basis to the
Concessionaire(s) to establish the GH Facilities at their own cost.
1.1.4 The Concessionaire will have to operate the Concession for a minimum period of 50%
(fifty percent) of the Concession Term, failing which the Concessionaire shall be liable to
16
be debarred for a minimum period of 2 (two) years (or any other period as may be
decided by the Authority) from participating in any bidding process of the Authority.
1.1.5 The statements and explanations contained in this RFQ are intended to provide a better
understanding to the Applicants about the subject matter of this RFQ and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the Concessionaire set forth in the Concession Agreement or the
Authority‟s rights to amend, alter, change, supplement or clarify the scope of work, the
Concession to be awarded pursuant to the RFP or the terms thereof or contained herein.
Consequently, any omissions, conflicts or contradictions in the Bidding Documents
including this RFQ are to be noted, interpreted and applied appropriately to give effect to
this intent, and no claims on that account shall be entertained by the Authority.
1.1.6 The Authority shall receive Applications pursuant to this RFQ in accordance with the
terms set forth herein as modified, altered, amended and clarified from time to time by
the Authority, and all Applications shall be prepared and submitted in accordance with
such terms on or before the date specified in the Clause 1.4 for submission of
Applications (“Application Due Date”).
The details for each Airport is available at the website of AAI. The Applicant may
procure the details for the same at its own cost and risk.
1.3.1 The Authority has adopted a two-stage process (collectively referred to as the “Bidding
Process”) for selection of the Bidder for award of the Concession. The first stage
(“Qualification Stage” or “RFQ Process”) of the process involves qualification
(“Qualification”) of the Applicants who make an Application in accordance with the
provisions of this RFQ (“Applicant”, which expression shall, unless repugnant to the
context, include the Members of the Consortium). At the end of the Qualification Stage,
the Authority shall announce shortlisted Applicants who shall be eligible for participation
in the second stage of the Bidding Process (“Bid Stage”) comprising the request for
proposal(s) (“RFP”) and Concession Agreement, for each respective Group(s) of the
Airports.
17
(i) Prior to submitting an Application, the Applicant shall pay to the Authority a non-
refundable sum of INR 5,00,000 (Rupees Five Lakhs) for Group A Airports, INR
5,00,000 (Rupees Five Lakhs) for Group B Airports and INR 2,00,000 (Rupees
Two Lakh) for Group C Airports as the processing fee of the RFQ (“Tender
Fee”).
The Tender Fee shall be submitted in the form of a demand draft issued by
scheduled bank in favour of “Airports Authority of India” payable at New Delhi.
The scanned copy of the proof for payment of Tender Fee shall be uploaded on
the NIC CPP portal by the Applicant along with its Application. Any Application,
if not accompanied by the Tender Fee proof, shall be summarily rejected.
(ii) The original of the demand draft shall be submitted in an envelope at the office of
the Executive Director (Operations), AAI at the address given in Clause 1.4.2,
within 2 (two) working days of the Application Due Date. In the event the Tender
Fee is not submitted by an Applicant, then Application of such Applicant(s) shall
be rejected considering it as non-responsive and will NOT be evaluated.
1.3.3 In the Qualification Stage, the Applicants would be required to furnish all the information
specified in this RFQ. Only those Applicants that are short-listed by the Authority shall
be entitled to participate in the RFP stage. The RFP(s) will be released by the Authority
and Concessionaire(s) can bid in the Group(s) of the Airports for which they have been
shortlisted.
1.3.4 In the Bid Stage, the Bidders will be called upon to submit their Bid to the Authority in
accordance with the terms set forth in the RFP and other documents to be provided by the
Authority (collectively the “Bidding Documents”). The Bidding Documents for the
18
Concession will be provided to the Bidder upon payment of an earnest money deposit
(“Bid Security”) for each Airport, refundable no later than 60 (sixty) days from the date,
as may be specified in the RFP, except in the case of the Selected Bidder whose Bid
Security shall be retained till it has provided a Security Deposit under the Concession
Agreement of such Airport. The Bid Security is to be submitted in the form of a demand
draft issued by scheduled bank in favour of “Airports Authority of India” payable at New
Delhi (“Demand Draft”). For the avoidance of doubt, “Scheduled Bank” shall mean a
bank as defined under Section 2 (e) of the Reserve Bank of India Act, 1934.
1.3.5 The original of the Demand Draft is to be submitted in an envelope at the office of the
Executive Director (Operations), AAI at the address provided in Clause 1.4.2, within 2
(two) days of the date specified by the Authority under the RFP. In the event the Bid
Security is not submitted by a Bidder, then the Bid of such Bidder shall be rejected
considering it as non-responsive. The Bidder should submit the copy of the demand draft
on the NIC CPP portal.
For the avoidance of doubt, it is clarified that if the Bidder uploads a copy of the demand
draft in the NIC CPP portal, however, fails to submit the original demand draft or vice
versa, the Bid of such Bidder shall be summarily rejected.
1.3.6 The Bid Security (to be submitted during Bid Stage) and the Tender Fee (to be submitted
as part of RFQ Application) in the form of cash or any other form except as provided in
the RFP & RFQ respectively, shall not be accepted.
1.3.7 The Bid shall be valid for a period of not less than 180 (one hundred eighty) days,
extendable by another 90 (ninety) days, if so desired by the Authority for submission of
Bids (“Bid Validity Period”).
1.3.8 During the Bid Stage, the Bidders are invited to examine the Concession in greater detail,
and to carry out, at their cost, such studies as may be required for submitting their
respective Bids for award of the Concession including implementation of the Concession.
1.3.9 On or before the date of execution of the Concession Agreement, the Selected Bidder
shall deposit with Authority, the Security Deposit in the form and manner specified in the
LOIA. The Security Deposit shall be provided as a security for the performance of the
Concessionaire's obligations under the Concession Agreement and may be enforced by
the Authority in the manner, more particularly set out under the Concession Agreement.
1.3.10 The detailed terms and conditions shall be specified in the Bidding Documents at the
time of inviting RFP.
19
1.3.11 Communication
Any queries or request for additional information concerning this RFQ shall be submitted
through NIC CPP portal only (http://etenders.gov.in/eprocure/app) only. Any
correspondence through e-mail or by post shall be summarily rejected and will not be
accepted for any reasons, whatsoever.
Date: 08.06.2018
Time: 1100 Hrs
Venue: Conference Room, A Block 3rd Floor.
Rajiv Gandhi Bhawan, New Delhi -110 003
20
Email: edops@aai.aero
2. INSTRUCTIONS TO APPLICANTS
2.1.1 The Authority wishes to receive Applications for qualification in order to shortlist
eligible Applicants for the Bid Stage.
2.1.2 The Bidders may subsequently be entitled to submit their Bids for the Concession
through an RFP to be published by the Authority.
2.2.1 For determining the eligibility of Applicants for their shortlisting hereunder, the
following shall apply:
(ii) The Applicant shall be a legal entity or any combination of them with a formal
intent to enter into an agreement or under an existing agreement to form a
Consortium. A Consortium shall be eligible for consideration subject to fulfilment
of the conditions set out in this RFQ.
(iii) An Applicant shall not have a conflict of interest (“Conflict of Interest”) that
affects the Bidding Process. Any Applicant found to have a Conflict of Interest
shall be disqualified. Without limiting the generality of the above, the Applicant
shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:
(a) The Applicant, its Member or Affiliate (or any constituent thereof) and
any other Applicant, its Member or any Affiliate thereof (or any
constituent thereof) have common controlling shareholders or other
ownership interest;
Provided that this disqualification shall not apply in cases where the
direct or indirect shareholding of an Applicant, its Member or an Affiliate
thereof (or any shareholder thereof having a shareholding of more than
20% (twenty per cent) of the paid up and subscribed share capital of such
Applicant, Member or Affiliate, as the case may be) in the other
21
Applicant, its Member or Affiliate is less than 20% (twenty per cent) of
the subscribed and paid up equity share capital thereof; provided further
that this disqualification shall not apply to any ownership by a bank,
insurance company, pension fund, Airports Authority of India, GoI or a
public financial institution referred to in 2 (72) of the Companies Act,
2013.
(c) Such Applicant, or any Affiliate thereof receives or has received any
direct or indirect subsidy, grant, concessional loan or subordinated debt to
or from any other Applicant, or any Affiliate thereof or has provided or
has entered into agreement to provide any such subsidy, grant,
concessional loan or subordinated debt to any other Applicant, its Member
or any Affiliate thereof; or
(d) Such Applicant has the same legal representative for purposes of an
Application as any other Applicant; or
22
(e) Such Applicant, or any Affiliate thereof has participated as a consultant to
the Authority in the preparation of any documents, design or technical
specifications of the Concession.
(v) An Applicant shall not be eligible to submit an Application or Bid under the
Bidding Documents and may be disqualified if:
For the purpose of this Clause 2.2.1 (v), the term “Ownership
Interest” means with respect to a person, a) the ownership,
directly or indirectly, of 20% (twenty per cent) or more of the
economic or voting rights of such person, or b) the power to,
directly or indirectly, direct the management and policies of such
person.
(c) it or its Affiliate, its directors or key personnel has been barred or
blacklisted by any government agency or authority in India;
23
(d) it or its directors have been convicted of any offence in India or
abroad in any of the preceding 3 (three) years from Application
Due Date.
(vi) There is no pending, active or previous legal action that prevents the Applicant
from submitting the Application and executing the Concession Agreement or
fulfilling the conditions of the Concession.
(vii) An Applicant including any Member of the Consortium or Affiliate should, in the
preceding 3 (three) years from the Application Due Date, have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or
judicial authority against the Applicant, Consortium Member or Affiliate, as the
case may be, nor has been expelled from any project or contract by any public
entity nor have had any contract terminated by any public entity for breach by
such Applicant, Consortium, Member or Affiliate. An affidavit in this regard is to
be submitted by the Applicant as a part of its response to the RFQ.
2.2.2 To be eligible for shortlisting, an Applicant shall fulfil the following conditions of
eligibility:
24
The Applicant will be required to demonstrate that it has the required turnover, as
may be applicable. The Applicant shall provide a certificate (as set out in
Annexure 3) from the statutory auditor stating the turnover of the Applicant for
the preceding 3 (three) Accounting Years/ financial years, as applicable, from the
Application Due Date.
2.2.3 In computing the Technical Capacity and Financial Capacity of the Applicant under
Clause 2.2.2 and Clause 3.2, the Technical Capacity and the Financial Capacity of their
respective Affiliates would also be eligible hereunder.
2.2.4 The Selected Bidder (including single entity) shall form an appropriate Special Purpose
Vehicle, incorporated under the Indian Companies Act, 2013 (“Concessionaire” or
“SPV”), within 30 (thirty) days from the date of the LOIA issued by the Authority to
implement the Concession under or in accordance with the provisions of the Concession
Agreement, to be entered into between the Concessionaire and the Authority in the form
provided by the Authority.
However, if a Bidder is chosen as the Selected Bidder at more than one Airport, a single
SPV needs to be incorporated by the Selected Bidder for the purpose of implementing the
Concession(s) and providing Ground Handling Services at such Airports.
Where the Selected Bidder is a single entity, the existing shareholders of the Selected
Bidder at the time of submission of the Application shall, at all times, hold at least 51%
(fifty one percent) of the subscribed and paid up equity of the Concessionaire during the
Concession Term.
In case the Applicant is a Consortium, it shall, comply with the following additional
requirements:
(ii) Subject to the provisions of sub-clause (i) above, the Application should
contain the information required for each Member of the Consortium;
(iii) Members of the Consortium shall nominate 1 (one) Member as the lead
member (“Lead Member”) who shall have the highest equity share
holding of more than 50% (fifty Percent) of the paid up and subscribed
equity of the SPV at all times during the Concession Term. The
nomination(s) shall be supported by a power of attorney, as per the format
25
at Appendix 3, signed by all the other Members of the Consortium;
(v) Members of the Consortium shall enter into a binding Joint Bidding
Agreement, in the form specified at Appendix 5 (“Joint Bidding
Agreement”), for the purpose of submitting an Application for the
Concession. The Joint Bidding Agreement, is to be submitted along with
the Application, shall, inter alia:
(a) convey the intent to form the SPV with shareholding/ ownership
equity commitment by each Member of the Consortium in
accordance with this RFQ and perform all the obligations of the
Concessionaire in terms of the Concession Agreement, in case the
Concession is awarded to the Consortium;
(d) commit that the Lead Member shall at all times during the
Concession Term shall continue to commit to have more than 50%
(fifty percent) of the paid up and subscribed equity of the SPV;
(e) commit that each of the Members other than the Lead Member,
whose experience will be evaluated for Technical Capacity and
Financial Capacity for the purposes of this RFQ, shall subscribe to
26% (twenty six per cent) or more of the paid up and subscribed
equity of the SPV and shall further commit that each such Member
shall, until the 5th (fifth) anniversary of the Concession Term, hold
equity share capital not less than 26% (twenty six per cent) of the
subscribed and paid up equity of the SPV; and
26
(f) include a statement to the effect that all the Members shall be
liable jointly and severally for all obligations of the Concessionaire
in relation to the Concession until the execution of the Concession
Agreement;
(g) except as provided under this RFQ and the Bidding Documents,
there shall not be any amendment to the Joint Bidding Agreement
without the prior written consent of the Authority.
Change in the composition of a Consortium will not be permitted by the Authority after
submission of the Application.
(i) Applicants are encouraged to submit their respective Applications after visiting
the airport site and ascertaining for themselves the site conditions, passenger
traffic inflow, location, surroundings, climate, availability of power, water and
other utilities for installation of equipment and operation, access to site, handling
and storage of materials, Applicable Laws and regulations, and any other matter
considered relevant by them.
(ii) Each Applicant should, therefore, conduct its own assessment, due diligence and
analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this
RFQ.
2.5.1 It shall be deemed that by submitting the Application, the Applicant has:
(iii) accepted the risk of inadequacy, error or mistake in the information provided in
the RFQ or furnished by or on behalf of the Authority relating to any of the
matters referred to in Clause 2.5.1 (i) and (ii) above; and
(iv) agreed to be bound by the undertakings provided by it under and in terms hereof.
27
2.5.2 The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating to
the RFQ or the Bidding Process, including any error or mistake therein or in any
information or data given by the Authority.
2.6.1 Notwithstanding anything contained in this RFQ, the Authority reserves the right to
accept or reject any Application and to annul the Bidding Process and reject all
Applications, at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons therefore. In the event that the
Authority rejects or annuls all the Applications, it may, in its discretion, invite all eligible
Applicants to submit fresh Applications hereunder.
2.6.2 The Authority reserves the right to reject any Application if:
(ii) The Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the
Application.
(iii) If such disqualification/ rejection occurs after the Application have been opened
and the shortlisted Applicant gets disqualified/ rejected, then the Authority
reserves the right to take any such measure as may be deemed fit in the sole
discretion of the Authority, including annulment of the Bidding Process.
2.6.3 In case it is found during the evaluation or at any time before execution of the
Concession Agreement or after its execution and during the period of subsistence thereof,
including the Concession thereby granted by the Authority, that one or more of the
conditions for shortlisting have not been met by the Applicant, or the Applicant has made
material misrepresentation or has given any materially incorrect or false information, the
Applicant shall be disqualified forthwith, if not yet appointed as the Concessionaire either
by issue of the LOIA or entering into of the Concession Agreement, and if the
Applicant/SPV has already been issued the LOIA or has entered into the Concession
Agreement, as the case may be, the same shall, notwithstanding anything to the contrary
contained therein or in this RFQ, be liable to be terminated, by a communication in
writing by the Authority to the Applicant, without the Authority being liable in any
28
manner whatsoever to the Applicant and without prejudice to any other right or remedy
which the Authority may have under this RFQ, the Bidding Documents, the Concession
Agreement or under Applicable Law.
2.6.4 The Authority reserves the right to verify all statements, information and documents
submitted by the Applicant in response to the RFQ. Any such verification or lack of such
verification by the Authority shall not relieve the Applicant of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
2.6.5 The Selected Bidder shall procure all Applicable Permits & security clearances under
Applicable Laws, within the time period prescribed at the Bid Stage in respect of each
Airport. It is the responsibility of the Selected Bidder to obtain at its costs all applicable
clearances/permits from the respective Government Instrumentalities within the time
prescribed by the Authority.
2.7 Clarifications
2.7.1 The Applicants seeking any clarification(s) on the RFQ may notify the Authority through
NIC CPP portal only (http://etenders.gov.in/eprocure/app) in accordance with Clause
1.3.11. They should send in their queries before the date specified in the schedule of RFQ
Process contained in Clause 1.4. The Authority shall endeavor to respond to the queries
within the period specified therein. The Authority will publish all the queries and its
responses thereto on NIC CPP portal only (http://etenders.gov.in/eprocure/app) for the
benefit of all purchasers of the RFQ without identifying the source of queries.
2.7.2 The Authority shall endeavor to respond to the questions raised or clarifications sought
by the Applicants. However, the Authority reserves the right not to respond to any
question or provide any clarification, in its sole discretion, and nothing in this Clause
2.7.2 shall be taken or read as compelling or requiring the Authority to respond to any
question(s) or to provide any clarification(s).
2.7.3 The Authority may also on its own motion, if deemed necessary, issue interpretation(s)
and clarification(s) to all Applicants. All clarifications and interpretations issued by the
Authority shall be deemed to be part of the RFQ. Verbal clarifications and information
given by the Authority or its employees or representatives shall not in any way or manner
be binding on the Authority and shall not alter the terms of the RFQ.
2.7.4 To facilitate evaluation of Applications, the Authority may, at its sole discretion, seek
clarification(s) from any Applicant regarding its Application. Such clarification(s) shall
29
be provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be through NIC CPP
portal only (http://etenders.gov.in/eprocure/app) only.
2.7.5 If an Applicant does not provide clarification(s) sought by the Authority under Clause
2.7.4 and Clause 3.3.3 within the prescribed time, its Application shall be liable to be
rejected.
In case the Application is not rejected, the Authority may proceed to evaluate the
Application by construing the particulars requiring clarification to the best of its
understanding, and the Applicant shall be barred from subsequently questioning such
interpretation of the Authority.
2.8.1 At any time prior to the Application Due Date, the Authority may, for any reason,
whether at its own initiative or in response to clarification(s) requested by an Applicant,
modify the RFQ by the issuance of addenda.
2.8.2 Any addendum thus issued will be posted only on NIC CPP portal.
2.8.3 In order to afford the Applicants a reasonable time for taking an addendum into account,
or for any other reason, the Authority may, in its sole discretion, extend the Application
Due Date.
2.9 Language
The Application and all related correspondence and documents in relation to the Bidding
Process shall be in English. The supporting documents and printed literature furnished by
the Applicant with the Application may be in any other language provided that they are
accompanied by translations in English, duly authenticated and certified by the Applicant.
Supporting materials, which are not translated into English, may not be considered in
evaluation of the Application. For the purpose of interpretation and evaluation of the
Application, the English language translation shall prevail.
2.10.1 The Applicant shall provide all the information sought under this RFQ. The Authority
will evaluate only those Applications that are received in the required formats and
30
complete in all respects. Incomplete and/or conditional Applications shall be liable to
rejection.
2.10.2 All Applications should be submitted only through NIC CPP Portal
(http://etenders.gov.in/eprocure/app). Submission of Applications in hard copies will not
be entertained at any circumstances.
(i) Applicants should attach clearly marked and referenced continuation sheets in the
event that the space provided in the prescribed forms in the Annexures is
insufficient. Alternatively, Applicants may format the prescribed forms making
due provision for incorporation of the requested information;
(iii) In responding to the RFQ, the Applicants should demonstrate their eligibility in
accordance with Clause 3.2 of this RFQ.
2.11.1 The Applicant shall submit the Application in the format specified at Appendix 1 and 7
with Annexures, together with the documents specified in Clause 2.11.2.
2.11.2 The uploading digital copy shall contain all the documents as set forth under Appendices
and Annexures. All the above documents should be:
(i) Typed and not hand written;
(ii) signed in blue ink and stamped by the authorized person of the Applicant and
duly notarized in the jurisdiction of the Applicant, as may be required under
this RFQ.
2.11.3 One Application on behalf of an Applicant shall be accepted for all Airports mentioned in
this RFQ.
2.11.4 The mode of communication between the Applicant and the Authority will be English
and all correspondence should be addressed through NIC CPP portal only
31
(http://etenders.gov.in/eprocure/app).
2.12.1 The Application shall be uploaded by the Applicants on the NIC CPP portal on or before
1500 hours IST on the Application Due Date.
2.12.2 Applications shall only be submitted through the NIC CPP Portal. Applicants are advised
to submit the Applications through online portal well in advance to avoid network
problems. Authority will not be responsible for any inability for submission of
Applications within the Application Due Date due to such technical problems/errors.
2.12.3 Applications submitted by hand, post, fax, telex, telegram or e-mail shall not be
entertained and shall be rejected.
2.12.4 The Authority may, in its sole discretion, extend the Application Due Date by issuing an
addendum in accordance with Clause 2.8 uniformly for all Applicants.
2.14.1 The Authority shall open the Applications at the place specified in Clause 1.4 and in the
presence of the Applicants who choose to attend.
2.14.2 The Authority will subsequently examine and evaluate Application in accordance with
the provisions set out in Section 3.
2.14.3 The Applicants are advised that shortlisting of Applicants will be entirely at the
discretion of the Authority. The Applicants will be deemed to have understood and
agreed that no explanation(s) or justification(s) on any aspect of the Bidding Process or
selection will be given.
32
2.14.4 Any information contained in the Application shall not in any way be construed as
binding on the Authority, its agents, officials, successors or assigns, but shall be binding
against the Applicant if the Concession is subsequently awarded to it on the basis of such
information.
2.14.5 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Application(s) without assigning any
reasons. The Tender Fee shall be non-refundable in all circumstances.
2.15.1 The Applicant should furnish the details of Technical Capacity and Financial Capacity.
The Applicant is solely responsible for the accuracy of the details/documents furnished.
2.15.2 The Applicants must provide the necessary information relating to Technical Capacity as
per format as set forth in Annexure 2 of Appendix 1.
2.15.3 The Applicant should furnish the required information and evidence in support of its
claim of Financial Capacity, as per format at Annexure 3 of Appendix 1.
2.16 Confidentiality
33
may be required by law or in connection with any legal process.
2.17.1 Prior to evaluation of Applications, the Authority shall determine whether each
Application is responsive to the requirements of the RFQ. An Application shall be
considered responsive only if:
(ii) It is received by the Application Due Date including any extension thereof
pursuant to Clause 2.12.4;
(v) It contains all the information and documents (complete in all respects) as
requested in this RFQ;
(vi) It contains information in the same formats as those specified in this RFQ;
(vii) It contains certificates from its statutory auditors in the formats specified at
Annexure 4 of Appendix 1 of the RFQ;
(viii) It contains a self-attested copy of the demand draft for Tender Fee;
2.17.2 The Authority reserves the right to reject any Application which is non- responsive and
no request for alteration, modification, substitution or withdrawal shall be entertained by
34
the Authority in respect of such Application. Provided, however that the Authority may,
in its discretion, allow the Applicant to rectify any infirmities or omissions if the same
do not constitute a material modification of the Application.
Upon the completion of evaluation of the Applications, the Authority would announce a
list of shortlisted Applicants who will be eligible for participation in the Bid Stage. At the
same time, the Authority shall not be bound to notify the other Applicants that they have
not been shortlisted. The Authority will not entertain any query(s) or clarification from
Applicants who fail to qualify.
The Bidders will be requested to submit a Bid in the form and manner to be set out in the
Bidding Documents.
Only the shortlisted Applicants/ Bidders shall be invited by the Authority to submit their
Bids for the Concession. The Applicants are advised to visit the airport site and
familiarize themselves with the Concession by the time of submission of the Application.
No extension of time is likely to be considered for submission of Bids pursuant to
invitation that may be issued by the Authority.
Save and except as provided in this RFQ, the Authority shall not entertain any
correspondence with any Applicant in relation to the acceptance or rejection of any
Application.
35
3. CRITERIA FOR EVALUATION
3.1 Evaluation parameters
3.1.2 Only those Applicants who fulfill the Threshold Eligibility Criteria specified in Clause
3.2 shall qualify for short-listing under this Section 3. The Applications of the Applicants
who do not meet these criteria shall be rejected/ disqualified.
3.1.3 For the avoidance of doubt, it is clarified that only 1 (one) Application has to be
submitted by the Applicant for all Airports mentioned in this RFQ. For the avoidance of
doubt, in case the Applicant is qualified to submit its Bid under Bid Stage for Group A
Airports then it shall also be deemed to be qualified to submit its Bid under Bid Stage for
Group B and Group C Airports. Similarly, in case the Applicant is qualified to submit its
Bid under Bid Stage for Group B Airports then it shall also be deemed to be qualified to
submit its Bid under Bid Stage for Group C Airports.
3.1.4 The list of Airports under Group A, B and C of Schedule II is subject to change and the
Authority may add additional airports under each Group. For such additional airports, the
Authority may seek a combined Bid along with airports presently mentioned under
Schedule II. For example, Group A under Schedule II includes Ahmedabad Airport. The
Authority, at its discretion, may seek a single combined bid for Ahmedabad Airport and
additional airport(s) which is presently not specified under Schedule II. The details of
such combined bids shall be provided under RFP Stage.
3.1.5 In evaluating the Technical Capacity and Financial Capacity of the Applicant under
Clause 3.2 (A) and 3.2 (B), in case the Applicant is a Consortium, the eligibility
experience of an entity shall only be accepted if such entity is a Member of a Consortium
and shall hold not less than 26 % (twenty six per cent) of the paid-up and subscribed
share capital in the SPV.
36
For demonstrating technical capacity and experience (“Technical Capacity”), the
Applicant must satisfy the following criteria:
I. For Group A
(i) The Applicant should have at least 5 (five) years of experience in providing
ground handling services in the preceding 7 (seven) years from the
Application Due Date. Letter from airline as proof to be submitted as per
Annexure 2B.
(ii) The Applicant should have at least 1 (one) year of experience in providing
ground handling services to wide body aircraft in preceding 7 (seven) years
from the Application Due Date. Letter from airline as proof to be submitted
as per Annexure 2E.
(iii) The Applicant should have directly signed Standard Ground Handling
Agreement with at least 5 (five) different scheduled international airlines in
preceding 7 (seven) years from the Application Due Date. Letter from each
airline with copies of SGHA to be submitted as per Annexure 2C.
(iv) The Applicant should have carried out ground handling services in at least
1 (one) international airport with more than 5 (five) million annual
passenger movement in any of the preceding 7 (seven) Accounting Years
from the Application Due Date. Letter from airport operator or self-
certification in this regard should be provided as per Annexure 2D. The
foreign Applicants need to provide certificate from respective airport
operator as per Annexure 2D.
(v) To be eligible to take part in the Bidding Process, the Applicant must have
security clearance/ approval from their operating country for ground
handling operations. In case of a Consortium, security clearance/ approval
of the Lead Member only shall be evaluated. Appropriate proof from
BCAS or from appropriate authority for the foreign Applicants to be
provided.
(i) The Applicant should have at least 5 (five) years of experience in providing
ground handling services in the preceding 7 (seven) years from the
Application Due Date. Letter from airline as proof to be submitted as per
37
Annexure 2B.
(ii) The Applicant should have directly signed Standard Ground Handling
Agreement with at least 5 (five) different scheduled airlines in preceding 7
(seven) years from the Application Due Date. Of these airlines at least 1
(one) airline should have international operations and the Applicant should
be providing ground handling services including ramp handling for the
international operations of such airline. Letter from each airline with copies
of SGHA to be submitted as per Annexure 2C.
(iii) The Applicant should have carried out ground handling services in at least 1
(one) international airport with more than 1.5 (one and a half) million
annual passenger movement in any of the preceding 7 (seven) Accounting
Years from the Application Due Date. Letter from airport operator or self-
certification in this regard should be provided as per Annexure 2D. The
foreign Applicants also need to provide certificate from respective airport
operator as per Annexure 2D.
(iv) To be eligible to take part in the Bidding Process, the Applicant must have
security clearance/ approval from their operating country for ground
handling operations. In case of a Consortium, security clearance/ approval
of the Lead Member only shall be evaluated. Appropriate proof from BCAS
or appropriate authority for the foreign Applicants to be provided.
(i) The Applicant should have at least 3 (three) years of experience in providing
ground handling services to narrow body aircraft in the preceding 7 (five)
years from the Application Due Date. Letter from airline as proof to be
submitted as per Annexure 2B.
(ii) The Applicant should have directly signed Standard Ground Handling
Agreement / Airline Ground Handling Agreement with at least 2 different
scheduled airlines in preceding 7 (seven) Accounting Years from the
Application Due Date. Letter from each airline with copies of SGHA /
Airline Ground Handling Agreement to be submitted as per Annexure 2C.
(iii) The Applicant should have carried out ground handling services in at least 1
(one) airport with more than 0.5 (point five) million annual passenger
movement in any of the preceding 7 (seven) years from the Application Due
38
Date. Letter from airport operator or Self-certification in this regard should
be provided as per Annexure 2D. The foreign Applicants also need to
provide certificate from respective airport operator as per Annexure 2D.
(iv) To be eligible to take part in the Bidding Process, the Applicant must have
security clearance/ approval from their operating country for ground
handling operations. In case of a Consortium, security clearance/ approval
of the Lead Member only shall be evaluated. Appropriate proof from BCAS
or appropriate authority for the foreign Applicants to be provided.
I. For Group A
Turnover should be at least INR 100 Crores (Rupees one hundred crores) out of
which turnover from ground handling business should be at least INR 50 cr.
(Rupees fifty crores) for any one of the preceding 3 (three) Accounting Years/
financial years, as applicable, from the Application Due Date.
Note:
(a) Any Applicant submitting Application for 1 (one) or multiple Airports must meet
turnover criteria as indicated above.
(b) The turnover of the Applicant shall be in Indian Rupees. No turnover statement
shall be submitted in a currency other than Indian Rupees (INR). Foreign
39
Applicants can submit the financials using exchange rates as prevalent on 31st
March 2018 duly certified by their statutory auditors.
(c) The Applicant shall furnish in its Application, certificate(s) (as per Annexure 3)
from its statutory auditors certifying the turnover.
(d) For proof of ground handling services, the Applicant shall also produce
documentary proof from the concerned airlines along with the copies of Standard
Ground Handling Agreement / Airline Ground Handling Agreement executed
with the airlines within India or abroad, as the case may be.
(e) The preceding 3 (three) Accounting Years from the Application Due Date shall
mean FY 2017-18, FY 2016-17 and FY 2015-16. In case the audited financial
details for FY 2017-18 are not available, then details of FY 2016-17, FY 2015-16
and FY 2014-15 should be provided;
3.3.1 During the Qualification Stage, the Authority shall determine whether each
Application is in compliance with the requirements of the RFQ. An Application
shall be considered to be in compliance with the requirement of the RFQ only if:
(i) the Applicant satisfies the Threshold Eligibility Criteria, as set forth
Clause 3.2;
(ii) it contains all the information and documents in support (complete in all
respects) as requested in this RFQ;
3.3.2 Such Application(s), which are not in compliance with the requirements of the
RFQ, shall be rejected forthwith and no request for alteration, modification,
substitution or withdrawal shall be entertained by Authority in respect of such
Applications(s).
3.3.3 The Authority reserves the right to seek clarification(s) from any Applicant
regarding its Application. Such clarification(s) shall be provided within the time
specified by the Authority for the purpose. Any request for clarification(s) and all
40
clarifications(s) in response thereto shall be through NIC CPP portal
(http://etenders.gov.in/eprocure/app) only. If the Applicant does not furnish the
clarification(s) within the prescribed time, the Application shall be liable to be
rejected. In case the Application is not rejected, the Authority may proceed to
evaluate the Application by construing the particulars requiring the clarification to
the best of its understanding, and the Applicant shall be barred from subsequently
questioning such interpretation of the Authority.
3.3.4 After the evaluation of Applications, Authority would announce a list of short
listed Applicants, whose Applications have been found to be responsive and in
compliance with the requirements of the RFQ.
4.1 The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process and subsequent
to the issue of LOIA and during the subsistence of the Concession Agreement.
Notwithstanding anything to the contrary contained herein, the Authority may
reject an Application without being liable in any manner whatsoever to the
Applicant if it determines that the Applicant has, directly or indirectly or through
an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the Bidding Process.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove, if
an Applicant is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Bidding Process,
such Applicant shall not be eligible to participate in any tender or RFQ issued by
the Authority during a period of 2 (two) years from the date such Applicant is
found by the Authority to have directly or indirectly or through an agent, engaged
or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
4.3 For the purposes of this Clause 4, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “Corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any
person connected with the Bidding Process (for avoidance of doubt,
41
offering of employment to, or employing, or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or
has been associated in any manner, directly or indirectly, with the Bidding
Process or the LOIA or has dealt with matters concerning the Concession
Agreement or arising therefrom, before or after the execution thereof, at
any time prior to the date such official resigns or retires from or otherwise
ceases to be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Bidding Process; or
(ii) save and except as permitted under sub clause (iv) of Clause 2.2.1,
engaging in any manner whatsoever, whether during the Bidding Process
or after the issue of the LOIA or after the execution of the Concession
Agreement, as the case may be, any person in respect of any matter
relating to the Concession or the LOIA or the Concession Agreement, who
at any time has been or is a legal, financial or technical adviser of the
Authority in relation to any matter concerning the Concession;
(d) “Undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the
objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Bidding Process; or (ii) having a Conflict of
Interest; and
42
5. PRE-APPLICATION CONFERENCE
5.2 During the course of pre-application conference, the Applicants will be free to
seek clarifications and make suggestions for consideration of the Authority. The
Authority shall endeavor to provide clarifications and such further information as
it may, in its sole discretion, consider appropriate for facilitating a fair and
transparent Bidding Process.
43
6. MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the courts at New Delhi shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to;
(a) suspend and/or cancel the Bidding Process and/or amend and/or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto;
(c) shortlist or not to shortlist any Applicant and/or to consult with any Applicant
in order to receive clarification or further information;
(e) independently verify, disqualify, reject and/or accept any and all submissions
or other information and/or evidence submitted by or on behalf of any
Applicant.
6.3 It shall be deemed that by submitting the Application, the Applicant agrees and
releases the Authority, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/ or performance of any obligations hereunder and the
Bidding Documents, pursuant hereto, and/ or in connection with the Bidding
Process, to the fullest extent permitted by Applicable Law, and waives any and all
rights and/ or claims it may have in this respect, whether actual or contingent,
whether present or in future.
44
SCHEDULE I - GROUND HANDLING SERVICES
RAMP HANDLING
1. Aircraft Handling
(a) Attendance
(b) Marshalling
(c) Parking
(d) Starting
(e) Safety measures
(f) Mooring of aircraft including pushback
(g) Ramp to flight deck communication
2. Aircraft Servicing
3. Aircraft Cleaning
45
(j) Load control
(k) Communication
(l) Flight operations
(m) Crew administration
(a) Loading, off-loading, export, import and transshipment cargo on/from the
aircraft.
(b) Mail handling services
(c) Operate/provide/arrange essential equipment for handling of cargo
(d) Transshipment of cargo
(e) Bulk loading or unloading
(f) Cargo and mail handling
(g) Physical handling outbound/inbound
(h) Transfer/ transit cargo
6. Support Services
(a) Accommodation
(b) Automation/Computer systems
(c) Unit load device (ULD) control
(d) Fuel farm (Depot)
(e) Ramp fueling/defueling operations
(f) Surface transport
(g) Catering services – liaison and administration
7. Aircraft Maintenance*
* Note: In case Users select the Concessionaire to provide above Aircraft Maintenance services,
royalty payable to the Authority on revenues from such Aircraft Maintenance services shall
46
be governed by the terms of the RFP published by the Authority at a later stage and in
accordance with the Concession Agreement.
TRAFFIC HANDLING
1. Terminal Services
2. Flight Operations
(a) Inform the carrier of any known project affecting the operational services and
facilities made available to its aircraft in the areas of responsibility
(b) Flight preparation at the airport of departure
(c) Flight preparation at a point different from the airport of departure
(d) In-flight assistance
(e) Post flight activities
(f) In-flight re-dispatch
(g) Communication system association with ground handling
(h) Material handling
3. Surface Transport
(a) Arrangement for the transportation of passengers/ baggage and cargo between
separate terminals at the same airport
(b) Arrangements for passengers or crew transport together with their baggage between
airport and city or other agreed points
4. Representational Services
47
SCHEDULE II - AIRPORTS
1. Airports in Group A:
S. No. Airport Number of Operations of AIATSL/
Concessionaire(s) to be AISATS or Air India
appointed in addition to subsidiary at the Airport
AIATSL/ AISATS
1. Chennai 2 Yes
2. Kolkata 2 Yes
3. Ahmedabad 2 Yes
4. Pune 2 Yes
5. Goa 2 Yes
2. Airports in Group B:
S. No. Airport Number of Operations of
Concessionaire(s) to be AIATSL/AISATS or Air
appointed in addition to India subsidiary at the
AIATSL/ AISATS Airport
1. Lucknow 2 Yes
2. Jaipur 2 Yes
3. Amritsar 2 Yes
4. Trivandrum 2 Yes
5. Calicut 2 Yes
6. Mangalore 2 Yes
7. Trichy 2 Yes
8. Varanasi 2 Yes
9. Coimbatore 2 Yes
10. Guwahati 2 Yes
11. Chandigarh* 2 Yes
Note: * For Chandigarh Airport, pursuant to this RFQ Process, the Applicants would be
shortlisted, while a separate RFP will be issued by the Chandigarh International Airport
Limited Authority for appointment of the Ground Handling Agency at Chandigarh
Airport.
48
3. Airports in Group C:
49
SCHEDULE III - LIST OF CIVIL ENCLAVES AND JOINT USER DEFENCE
AIRFIELDS
1. Airports in Group A:
S. No. Airport
1. Pune
2. Goa
2. Airports in Group B:
S. No. Airport
1. Chandigarh
3. Airports in Group C:
S. No. Airport
1. Bagdogra
2. Vishakhapatnam
3. Srinagar
4. Port Blair
5. Jammu
50
SCHEDULE IV – GROUND HANDLING TARIFF CAP
Note:
1. The Ground Handling Tariff Cap for a Major Airport shall be the tariffs approved by AERA. It is
clarified that in the event a Non-Major Airport is notified as a Major Airport, the Ground Handling
Tariff Cap shall be the tariffs as determined by AERA.
51
APPENDIX 1
LETTER COMPRISING THE APPLICATION FOR SHORTLISTING
(Refer Clause 2.11.1)
Dated:
To,
Dear Sir/Ma‟am,
I/we acknowledge that the tender Fee will be submitted for Group …….. (mention
the Group for which the Applicant is submitting its Application – multiple Group(s)
should be specified (in case the Applicant is applying for more than one Group).
3. This statement is made for the express purpose of shortlisting as an Applicant for
providing Ground Handling Services on the basis of aforesaid Concession.
52
4. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the Qualification statement.
6. I/ We certify that in the preceding 3 (three) years, we/ any of the Members of the
Consortium or our/ their Affiliates have neither failed to perform on any contract,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award, nor been expelled from any project or
contract by any public authority nor have had any contract terminated by any public
authority for breach on our part. An affidavit as per Appendix 6 on a stamp paper of
Rs. 100/- to this regard shall be submitted separately.
7. I/ We declare that:
(b) I/ We do not have any Conflict of Interest in accordance with Clause 2.2.1
(iii) and Clause 2.2.1 (iv) and I/ we shall comply with 2.2.1 (v), and 2.2.1
(viii), mentioned in the RFQ document;
(c) I/We have not directly or indirectly or through an agent engaged or indulged
in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined in Clause 4.3 of the RFQ document,
in respect of any tender or request for proposal issued by or any agreement
entered into with the Authority or any other public sector enterprise or any
Government, Central or State. An affidavit as per Appendix 6 on a stamp
paper of Rs. 100/- to this regard shall be submitted separately.
(d) I/ We hereby certify that we have taken steps to ensure that in conformity
with the provisions of Section 4 of the RFQ document, no person acting for
us or on our behalf has engaged or will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive
practice.
(e) The undertakings given by us along with the Application in response to the
RFQ for the Concession are true and correct as on the date of making the
Application and I/We shall continue to abide by them.
53
(f) I/ We declare that we/ any Member of the Consortium, shall not
simultaneously submit the Application as an individual entity and as a
Member of a Consortium. In case, I/We do not abide by the same, our/my
Application shall be liable for rejection by the Authority.
(g) I/ We declare that there is no pending, active or previous legal action that
prevents me/ us from submitting the Application and executing the
Concession Agreement or fulfilling the conditions of the Concession.
8. I/ We understand that you may cancel the Bidding Process at any time and that you
are neither bound to accept any Application that you may receive nor to invite the
Applicants to Bid for the Concession, without incurring any liability to the
Applicants, in accordance with Clause 6.2 of the RFQ document.
9. I/ We believe that we/ our Consortium satisfy(s) the turnover criteria and meet(s)
all the requirements as specified in the RFQ document and am/ are qualified to
submit the Application.
10. I/We declare that we, any Member of the Consortium and any of our/ their
Affiliates does not have any Ownership Interest in a domestic scheduled airline or a
domestic cargo airline or Affiliate of a domestic airline, or a domestic airline or its
Affiliate has an Ownership Interest in the Applicant, Member of the Consortium or
its Affiliate.
11. I/ We certify that in regard to matters other than security and integrity of the
country, we/ any Member of the Consortium or any of our/ their Affiliates have not
been convicted by a Court of Law or indicted or adverse orders passed by a
regulatory authority which could cast a doubt on our ability to undertake the
Concession or which relates to a grave offence that outrages the moral sense of the
community.
12. I/ We further certify that in regard to matters relating to security and integrity of the
country, we/ any Member of the Consortium or any of our/ their Affiliates have not
been charge-sheeted by any agency of the Government or convicted by a Court of
Law.
13. I/We further certify that no investigation by a regulatory authority is pending either
against us/ any Member of the Consortium or against our/ its Affiliates or against
our CEO or any of our directors/ managers/ employees.
14. I/We further certify that we or any of our Affiliates are not barred by the Central
54
Government/ State Government or any entity controlled by it, from participating in
any project, and no bar subsists as on the date of Application.
15. I/We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification as per this
RFQ, we shall intimate the Authority of the same immediately.
17. The Statement of Legal Capacity as per format provided in the RFQ documents,
and duly signed, is enclosed. The power of attorney for signing of Application and
the power of attorney for Lead Member of Consortium, as per format provided in
RFQ are also enclosed.
18. I/ We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any decision
taken by the Authority in connection with the shortlisting of Applicants, selection
of the Bidder, or in connection with the selection/ Bidding Process itself, in respect
of the above mentioned Concession and the terms and implementation thereof.
19. I/ We have studied the RFQ Documents carefully and also surveyed the site at the
Airport. We understand that we shall have no claim, right or title arising out of any
documents or information provided to us by Authority or in respect of any matter
arising out of or relating to the Bidding Process including the award of Concession.
20. I/We agree and understand that the Application is subject to the provisions of the
RFQ documents. In no case, I/We shall have any claim or right of whatsoever
nature if the Concession is not awarded to me/us.
21. I/ We agree and undertake to abide by all the terms and conditions of the RFQ
document.
55
22. We agree and undertake to be jointly and severally liable for all the obligations of
the Concessionaire under the Concession Agreement till the expiry of the
Concession Term in accordance with the Concession Agreement.
In witness thereof, I/ we submit this Application under and in accordance with the terms of
the RFQ document.
Yours faithfully,
Date:
Place:
(Signature, Name and Designation of the Authorized Signatory)
Name and seal of the Applicant/ Lead Member
56
ANNEXURE 1
DETAILS OF APPLICANT/ MEMBERS OF CONSORTIUM
1. (a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in
India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Applicant including details of its main lines of business
and proposed role and responsibilities in this Concession (please provide details
of the airports/ cities/ countries the Applicant is operational):
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
5. In case of a Consortium:
(a) The information mentioned above in Clause 1, 2, 3 and 4 shall be
provided for all the Members of the Consortium;
(b) A copy of the Joint Bidding Agreement, as envisaged in Appendix 5
shall be attached to the Application;
(c) Information regarding the role of each Member should be provided as
per table below:
Sl. No. Name of the Member Role of the Percentage of
(d) T Member equity in the
h proposed
e Consortium
1.
2. f
3. o
l
lowing information shall also be provided for each Member of the
Consortium:
6. A statement by the Applicant and each of the Members of the Consortium (where
applicable) or any of their Affiliates disclosing material non-performance or contractual
non-compliance in past contracts/licenses, contractual disputes and litigation/arbitration
58
in the recent years us given below (attach extra sheets, if necessary):
7. Staff Strength of Applicant
Note: This information is to be provided for all the Members of the Consortium.
Date:
Place:
59
ANNEXURE 2
Name of airline:
i. Applicant/ Affiliate has been providing ground handling services at ____ airport
from ____ to ____ [enter the tenure] for narrow/ wide body aircraft* (tick one):
Yes
No
60
ii. Applicant/ Affiliate has been providing ground handling services at ____ airport
from ____ to ____ [enter the tenure] for wide body aircraft (tick one):
[to be filled only by applicants for Group A for showcasing experience in
providing ground handling services to wide body aircraft]
Yes
No
Name of airline:
Whether the Applicant/ Affiliate has entered with the airline in a Standard Ground
Handling Agreement [For Group A/ B/ C]*/ Airline Ground Handling Agreement [For
Group C only]* for providing ground handling services to international/ domestic*
flights in preceding 7 years from the Application Due Date (tick one):
Yes
No
Provides ground handling services including ramp handling for International operations
(tick one):
[to be filled only by applicants for Group B]
Yes
No
61
Tenure (mm/yyyy – mm/yyyy):
(Applicant may add entries so as to demonstrate the experience as required by the RFQ)
3. Details of the ground handling experience at airports
Name of airport:
Traffic at the airport more than 5 [Group A]/ 1.5[Group B]/ 0.5 [Group C]* million
annual passengers in year : _____ (mention the Accounting Year)
International airport or not [Yes/ No]:
Whether the Applicant/ Affiliate provides ground handling services at the airport for
(tick one):
Yes
No
(Applicant may add entries so as to demonstrate the experience as required by the RFQ)
4. Security Clearance
a. Name of Applicant/ Lead Member whose experience is shown below, if applicable:
b. Proof of security clearance/ approval from their operating country for ground
handling operations:
62
Yes
No
[Documental proof for each of the entries is to be provided as per the formats specified in the RFQ
(wherever applicable)]
[All information provided in this table should be consistent with information provided in other parts of the
RFQ including other Annexures]
Seal/Stamp of Applicant
63
Annexure 2B - CERTIFICATES
To,
Executive Director (Operations),
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi -110003
Dear Sir,
This is to certify that M/s_______________ had/has* been working as a ground handler for
____________ airline at _______ airport(s) from _________ to ________ during the preceding
7 (seven) years from the Application Due Date {please add Application Due Date}.
During the course of its service, it has provided ground handling services to narrow body and
wide body aircraft* on scheduled basis in the time period specified above.
64
Annexure 2C - CERTIFICATES
To,
Executive Director (Operations),
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi -110003
Sub: Experience certificate for providing ground handling services - SGHA [For Group
A/ B/ C] / Airline Ground Handling Agreement [For Group C]
Dear Sir,
This is to certify that M/s _______________ had signed Standard Ground Handling Agreement
with us, _________ (airline name) for providing ground handling services to our international
flights on scheduled basis at ________ airport. The agreement is/was* valid from _________ to
________ during the preceding 7 (seven) years from the Application Due Date {please add
Application Due Date}.
This is to certify that M/s _______________ had signed Standard Ground Handling Agreement
with us, _________ (airline name) for providing ground handling services to our international/
domestic flights on scheduled basis at ________ airport. The agreement is/was* valid from
_________ to ________ during the preceding 7 (seven) years from the Application Due Date
{please add Application Due Date}.
During the course of its service, it has provided ground handling services (ramp and passenger
handling) to our international flights on scheduled basis in the time period specified above*.
65
[Text for Group C]
This is to certify that M/s _______________ had signed Standard Ground Handling
Agreement/ Airline Ground Handling Agreement [strike out whichever is not applicable] with
us, _________ (airline name) for providing ground handling services to our flights on
scheduled basis at ________ airport. The agreement is/was valid from _________ to ________
during the preceding 7 (seven) years from the Application Due Date {please add Application
Due Date}.
Name:
Designation:
Airline name:
Date:
Place:
Note: For proof of ground handling services, the Applicant shall also produce documentary
proof from the concerned airlines along with the Standard Ground Handling Agreement (for
Group A and Group B)/ Airline Ground Handling Agreement (for Group C) executed with the
airlines within India or abroad, as the case may be.
66
Annexure 2D- CERTIFICATES
[On the letterhead of the airport operator/ Applicant (in case of self-certification)]
To,
Executive Director (Operations),
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi -110003
Dear Sir,
This is to certify that M/s_______________ had/ has been providing ground handling services
at _________________________ airport from ______ to _____ in the preceding 7 (seven)
Accounting Years from the Application Due Date {please add Application Due Date}.
Name:
Designation
Airport name:
Date:
Place:
2
Accounting Year means financial year commencing from the first day of April of any calendar
year and ending on the thirty-first day of March of the next calendar year
67
Annexure 2E - CERTIFICATES
Certificate from the airline for providing ground handling services to wide body aircraft
[On the letterhead of the airline]
To,
Executive Director (Operations),
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi -110003
Sub: Experience certificate for providing ground handling services to wide body aircraft
Dear Sir,
This is to certify that M/s _____________ has/had been providing ground handling services for
wide body aircraft operations of _____ airline at ____ airport (s) from _______ to _______
during the preceding 7 (seven) years from the Application Due Date {please add Application
Due Date}.
68
ANNEXURE 3 - FINANCIAL CAPACITY OF THE APPLICANT
(Refer to Clauses 3.2 (B) of the RFQ)
[On the letterhead of the statutory auditor of the Applicant/ Affiliate/ Member of the
Consortium]
Based on the books of accounts and other published information authenticated by it, this is to certify
that [•] (insert name of the Applicant/ Affiliate/ Member of the Consortium) is having turnover as per
table below for the Accounting Years/ financial years [•].
Turnover particulars
69
ANNEXURE 4
Certificate from Statutory Auditor/ Company Secretary regarding Affiliate
Subject: Application for shortlisting of Applicants for Concession for providing Ground
Handling Services at AAI owned Group A, Group B and Group C Airports.
Based on the authenticated records of the Company, this is to certify that of the subscribed and
paid up voting equity of ………………………. (name of the Applicant/ Member/ Affiliate) is
held, directly or indirectly, by ……. (name of Affiliate/ Member/ Applicant) as on ______
(insert date). By virtue of the aforesaid share-holding, the latter exercises control over the
former, who is an Affiliate in terms of definition of Affiliate in the RFQ.
A brief description of the said equity held, directly or indirectly, is given below:
{Describe the share-holding of the Applicant or the Member and the Affiliate. In the event the
Affiliate is under common control with the Applicant/ Member, the relationship may be
suitably described and similarly certified herein}
70
APPENDIX 2
STATEMENT OF LEGAL CAPACITY
Ref. Date:
To,
Executive Director (Operations)
Airports Authority of India
Rajiv Gandhi Bhawan,
Safdarjung Airport, New Delhi-110003
Dear Sir,
We hereby confirm that We/ our Members in the Consortium (constitution of which has
been described in the Application)* satisfy the terms and conditions laid out in the RFQ
document.
We have agreed that (insert member‟s name) will act as the Lead Member of our
Consortium.*
We have agreed that (insert individual‟s name) will act as our representative/ will act as
the representative of the Consortium on its behalf* and has been duly authorized to submit
the RFQ. Further, the authorized signatory is vested with requisite powers to furnish such
letter and authenticate the same.
Thanking you,
Yours faithfully,
(Signature, name and designation of the authorized signatory)
71
APPENDIX 3
POWER OF ATTORNEY FOR SIGNING OF APPLICATION
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us.
72
(Signature, name, designation and address)
Witnesses:
1 (Notarized)
2.
Accepted:
(Signature)
(Name, Title and Address of the Attorney)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and
when it is so required, the same should be under common seal affixed in accordance with
the required procedure.
Wherever required, the Applicant should submit for verification the extract of the charter
documents and documents such as a board or shareholders' resolution/ power of attorney in
favor of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Applicants from
countries that have signed the Hague Legalization Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming Apostille certificate.
73
APPENDIX 4
POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM
Whereas, it is necessary for the Members of the Consortium to designate one of them as
the Lead Member with all necessary power and authority to do for and on behalf of the
Consortium, all acts, deeds and things as may be necessary in connection with the
Consortium's application for the Concession and its execution.
74
to signing and submission of all bids and other documents and writings, participate in
pre-bid conference(s) and other conferences, respond to queries, submit information/
documents, sign and execute contracts and undertakings consequent to acceptance of the
bid of the Consortium and generally to represent the Consortium in all its dealings with
the Authority, and/ or any other government agency or any person, in all matters in
connection with or relating to or arising out of the Consortium's Bid for the Concession
and/ or upon award thereof till the Concession Agreement is entered into with the
Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of
the powers conferred by this Power of Attorney and that all acts, deeds and things done
by our said Attorney in exercise of the powers hereby conferred shall and shall always
be deemed to have been done by us/ Consortium.
For
(Signature)
For
(Signature)
For
(Signature)
Witnesses:
1.
2.
(Executants)
(To be executed by all the Members of the Consortium)
75
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
Also, wherever required, the Applicant should submit for verification the extract of
the charter documents and documents such as a board or shareholders'
resolution/power of attorney in favor of the person executing this Power of Attorney
for the delegation of power hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have
to be legalized by the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of Attorney provided by
Applicants from countries that have signed the Hague Legalization Convention
1961 are not required to be legalized by the Indian Embassy if it carries a
conforming Apostille certificate.
76
APPENDIX 5
THIS JOINT BIDDING AGREEMENT is entered into on this the ....... day of 2018
AMONGST
AND
AND
3. _____________, a company incorporated under the Companies Act, 1956/2013 and having
its registered office at (hereinafter referred to as the “Third Part” which expression shall,
unless repugnant to the context include its successors and permitted assigns)
The above mentioned parties of the FIRST, SECOND and THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”.
WHEREAS,
(a) THE AIRPORTS AUTHORITY OF INDIA, established under the Airports Authority of
India Act, 1994, represented by its Chairman and having its principal offices at Rajiv
Gandhi Bhawan, Safdarjung Airport, New Delhi- 110003 (hereinafter referred to as the
“Authority” which expression shall, unless repugnant to the context or meaning thereof,
include its administrators, successors and assigns) has invited applications (
“Applications”) by its Request for Qualification No ______ dated _______ ( “RFQ”) for
short-listing of Applicants for Concession to provide Ground Handling Services at the
Authority managed airports in India (the “Concession”).
(b) The Parties are interested in jointly bidding for the Concession as Members of a
Consortium and in accordance with the terms and conditions of the RFQ document and
77
other Bid documents in respect of the Concession, and
(c) It is a necessary condition under the RFQ document that the Members of the Consortium
shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have
the meaning ascribed thereto under the RFQ.
2. Consortium
2.1 The Parties do hereby irrevocably constitute a consortium ( “Consortium”) for the
purposes of jointly participating in the Bidding Process for the Concession.
2.2 The Parties agree that the change in the composition of the Consortium shall not be
permitted by the Authority after the submission of the Application.
3. Covenants
The Parties hereby undertake that in the event the Consortium is declared the Selected
Bidder and awarded the Concession, it shall incorporate a special purpose vehicle (“SPV”)
under the Indian Companies Act, 2013 for entering into a Concession Agreement with the
Authority and for performing all its obligations as the Concessionaire in terms of the
Concession Agreement for the Concession.
The applicant / all the members in the case of consortium undertake to perform all the roles
and responsibilities required to be fulfilled for the concession. The role and responsibility
of the other members of the consortium to be clearly specified.
The Parties do hereby undertake to be jointly and severally responsible for all obligations
and liabilities relating to the Concession and in accordance with the terms of the RFQ and
the Bidding Documents, till such time as the commercial operations of the Concession are
achieved under and in accordance with the Concession Agreement.
6.1 The Parties agree that the proportion of shareholding among the Parties in the SPV shall be
as follows:
78
First Party: []
Second Party: []
Third Party: []
6.2 The Parties undertake that more than 50% (fifty one per cent) of the subscribed and paid up
equity share capital of the SPV shall, at all times till the expiry of the term of Concession,
be held by the lead partner.
6.3 The Parties undertake that the Members whose experience has been evaluated for
Technical Capacity and Financial Capacity for the purposes of this RFQ, a minimum of
26% (twenty six per cent) of the subscribed and paid up equity share capital of the SPV
shall, until the 5th anniversary of the Concession Term in accordance with the provisions
of the Concession Agreement.
6.4 The Parties undertake that they shall comply with all equity lock-in requirements set forth
in the Concession Agreement.
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organized, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this
Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been
authorized by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney
in favor of the person executing this Agreement for the delegation of power and
authority to execute this Agreement on behalf of the Consortium Member is annexed
to this Agreement, and will not, to the best of its knowledge:
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliate is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such
Party in the fulfillment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the end of Concession Term is achieved under and in accordance with the
Concession Agreement, in case the Concession is awarded to the Consortium. However, in
case the Consortium is either not shortlisted for the Concession or does not get selected for
award of the Concession, the Agreement will stand terminated in case the Applicant is not
shortlisted or upon return of the Bid Security by the Authority to the Bidder, as the case
may be.
9. Miscellaneous
9.2 The Parties acknowledge and accept that thisAgreement shallnot be amended by the Parties
without the prior written consent of the Authority.
80
In the presence of:
1. ______
2. ________
Notes:
The mode of the execution of the Joint Bidding Agreement should be in accordance with
the procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
Each Joint Bidding Agreement should attach a copy of the extract of the charter documents
and documents such as resolution / power of attorney in favor of the person executing this
Agreement for the delegation of power and authority to execute this Agreement on behalf
of the Consortium Member.
For a Joint Bidding Agreement executed and issued overseas, the document shall be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of
Attorney has been executed.
81
APPENDIX 6
FORMAT OF AFFIDAVIT
(To be executed by Applicant (all Members of the Consortium, in the case of a Consortium)
on stamp paper of Rs. 100/- and duly notarized)
1. I/ We acknowledge that the Authority will be relying on the information provided in the
Application and the documents accompanying such Application for shortlisting of the
Applicants for the aforesaid Concession, and we certify that all information provided in the
Application, Appendices I to VII and in Annexes 1 to 4 are true and correct; nothing has
been omitted which renders such information misleading; and all documents accompanying
such Application are true copies of their respective originals.
2. This statement is made for the express purpose of shortlisting as an Applicant for providing
Ground Handling Services on the basis of aforesaid Concession.
3. I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the qualification statement.
4. I/ We acknowledge the right of the Authority to reject our Application without assigning
any reason(s) or otherwise and hereby waive, to the fullest extent permitted by Applicable
Law, our right to challenge the same on any account whatsoever.
5. I/ We certify that in the preceding 3 (three) years, we/ any of the Members of the
Consortium or our/ their Affiliates have neither failed to perform on any contract, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award, nor been expelled from any project or contract by any
public authority nor have had any contract terminated by any public authority for breach on
our part.
6. I/ We declare that:
(a) I/ We have examined and have no reservations to the RFQ document, including any
addendum issued by the Authority;
(b) I/ We do not have any Conflict of Interest in accordance with Clause 2.2.1 (iii) and
Clause 2.2.1 (iv), and I/ we shall comply with 2.2.1 (v) and 2.2.1 (viii), mentioned in
the RFQ document;
82
(c) I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in Clause 4.3 of the RFQ document, in respect of any
tender or request for proposal issued by or any agreement entered into with the
Authority or any other public sector enterprise or any Government, Central or State.
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Section 4 of the RFQ document, no person acting for us or on our behalf
has engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
(e) {I/ We hereby certify that we are in conformity with the provisions of Clause 2.2.4 (i),
2.2.4 (ii), 2.2.4 (iii), 2.2.4 (iv) and 2.2.4 (v) of the RFQ document.}
(f) The undertakings given by us along with the Application in response to the RFQ for
the Concession are true and correct as on the date of making the Application and I/We
shall continue to abide by them.
(g) I/ We declare that we/ any Member of the Consortium, shall not simultaneously
submit the Application as an individual entity and as a Member of a Consortium. In
case, I/We do not abide by the same, our/my Application shall be liable for rejection
by the Authority.
(h) I/ We declare that there is no pending, active or previous legal action that prevents me/
us from submitting the Application and executing the Concession Agreement or
fulfilling the conditions of the Concession.
7. I/ We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Application that you may receive nor to invite the Applicants
to Bid for the Concession, without incurring any liability to the Applicants, in accordance
with Clause 6.2 of the RFQ document.
8. I/ We believe that we/ our Consortium satisfy(s) the turnover criteria and meet(s) all the
requirements as specified in the RFQ document and am/ are qualified to submit the
Application.
9. I/We declare that we, any Member of the Consortium and any of our/ their Affiliates does
not have any Ownership Interest in a domestic scheduled airline or a domestic cargo airline
or Affiliate of a domestic airline, or a domestic airline or its Affiliate has an Ownership
Interest in the Applicant, Member of the Consortium or its Affiliate.
10. I/ We certify that in regard to matters other than security and integrity of the country, we/
any Member of the Consortium or any of our/ their Affiliates have not been convicted by a
Court of Law or indicted or adverse orders passed by a regulatory authority which could
cast a doubt on our ability to undertake the Concession or which relates to a grave offence
83
that outrages the moral sense of the community.
11. I/ We further certify that in regard to matters relating to security and integrity of the
country, we/ any Member of the Consortium or any of our/ their Affiliates have not been
charge-sheeted by any agency of the Government or convicted by a Court of Law.
12. I/We further certify that no investigation by a regulatory authority is pending either against
us/ any Member of the Consortium or against our/ its Affiliates or against our CEO or any
of our directors/ managers/ employees.
13. I/We further certify that we or any of our Affiliates are not barred by the Central
Government/ State Government or any entity controlled by it, from participating in any
project, and no bar subsists as on the date of Application.
14. I/We undertake that in case due to any change in facts or circumstances during the Bidding
Process, We are attracted by the provisions of disqualification as per this RFQ, We shall
intimate the Authority of the same immediately.
15. I/ We acknowledge and agree that in the event of a change in control of an Affiliate, whose
Threshold Eligibility Criteria would be taken into consideration for the purposes of short-
listing and selection under and in accordance with the RFQ, I/We shall inform Authority
forthwith along with all relevant particulars and Authority may, in its sole discretion,
disqualify us/ our Consortium or withdraw the Letter of Intent to Award, as the case may
be. I/We further acknowledge and agree that in the event such change in control occurs
after signing of the Concession Agreement, it would, notwithstanding anything to the
contrary contained in the Agreement, be deemed a breach thereof, and the Concession
Agreement shall be liable to be terminated without Authority being liable to us in any
manner whatsoever.
16. The Statement of Legal Capacity as per format provided in the RFQ documents, and duly
signed, is enclosed. The power of attorney for signing of Application and the power of
attorney for Lead Member of Consortium, as per format provided in RFQ are also
enclosed.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the shortlisting of Applicants, selection of the Bidder, or in
connection with the selection/ Bidding Process itself, in respect of the above mentioned
Concession and the terms and implementation thereof.
18. I/ We have studied the RFQ documents carefully and also surveyed the site at the airport.
We understand that we shall have no claim, right or title arising out of any documents or
information provided to us by Authority or in respect of any matter arising out of or
relating to the Bidding Process including the award of Concession.
84
19. I/We agree and understand that the Application is subject to the provisions of the RFQ
documents. In no case, I/We shall have any claim or right of whatsoever nature if the
Concession is not awarded to me/us.
20. I/ We agree and undertake to abide by all the terms and conditions of the RFQ document.
21. {We agree and undertake to be jointly and severally liable for all the obligations of the
Concessionaire under the Concession Agreement till the expiry of the Concession Term in
accordance with the Concession Agreement.}
DEPONENT
VERIFICATION
DEPONENT
85
APPENDIX 7
SUBMISSION CHECKLIST
The Applicants are advised to arrange the submissions/documents in the following order.
Each page of the Application is to be serially numbered, signed and stamped by the
authorized signatory of the Applicant.
86
No. Document Name To be furnished To be To be Submitted
by notarized provided (Yes/No)
on Stamp
Paper of
INR 100/-
10. Extract of the charter documents and Applicant/ Lead Yes No
documents such as a board or Member/
shareholders' resolution/ power of attorney Member (as
in favor of the person executing the Power applicable)
of Attorney for the delegation of power
hereunder on behalf of the Applicant (to
be submitted wherever required)
11. Joint Bidding Agreement as per the format Jointly by all Yes Yes
at Appendix 5 (applicable in the case of Members
Consortium)
12. Affidavit, in the format at Appendix 6 Applicant/Lead Yes Yes
Member
13. Documents of Incorporation All Members Yes No
15. Duly audited balance sheet and profit and Applicant/ Lead No No
loss account of the three preceding Member/
Accounting Years/ financial years, as Member (as
applicable,. applicable)
16. Documentary proof of payment of Rs [] Applicant/ Lead No No
/- for Tender Fee. Member
17. Copies of the SGHA/ Airline Ground Applicant/ Lead No No
Handling Agreement for evaluation of Member/
ground handling experience Member
18. Proof of security clearance/ approval from Applicant/ Lead No No
their operating country for ground Member
handling operations
Date:
Place:
Signature:
87
Name:
Designation:
Seal of the Applicant/Lead Member:
88
Signature Not Verified
Digitally signed by SUNIL KUMAR
Date: 2018.05.31 19:16:40 IST
Location: eProcurement System for
Central PSUs
89