GOVERNMENT OF INTERNATIONAL AIRPORT LIMITED REQUEST FOR QUALIFICATION (RFQ)

Kannur International Airport, Kerala, India

EPC I

Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation Platforms for Landside Facilities and Design, Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System.(herein after referred to as Project)

'Parvathy',T.C 36/1, Chackai, N.H Bypass, 695 024, Kerala, INDIA Ph: +91 471 2508668, 2508670, Fax: +91 471 2508669 E-mail: [email protected]

January 2013

1

TABLE OF CONTENTS

SI. No. Contents Page No.

Disclaimer 4

1 Introduction 6 1.1 Background 6 1.2 Scope of Work and eligibility of Applicant 12 1.3 Brief description of Bidding Process 15 1.4 Schedule of Bidding Process 16

2 Instructions to Applicants 17 2A General 17 2.1 Scope of Application 17 2.2 Pre- Qualifying Criteria (PQ) for Works contracts 17 2.3 Change in composition of the Joint Venture / Consortium 21 2.4 Number of Applications and costs thereof 22 2.5 Site visit and verification of information 22 2.6 Acknowledgement by Applicant 22 2.7 Right to accept or reject any or all Applications/ Bids 23

2B Documents 24 2.8 Contents of the RFQ 24 2.9 Clarifications 24 2.10 Amendment of RFQ 25

2C Preparation and Submission of Application 25 2.11 Language 25 2.12 Format and signing of Application 25 2.13 Sealing and marking of Applications 26 2.14 Last Date of Receiving Applications 27 2.15 Late Applications 27

2D Evaluation Process 28 2.16 Opening and Evaluation of Applications 28 2.17 Confidentiality 28 2.18 Tests of responsiveness 29 2.19 Clarifications 29

2

2E Qualification and Bidding 30 2.20 Pre-Qualification and notification 30 2.21 Submission of Bids 30 2.22 Proprietary data 30 2.23 Correspondence with the Applicant 30

3 Fraud and Corrupt Practices 31

4 Miscellaneous 33

Appendices I Letter comprising the application for Pre-qualification 34 Annex - I Details of Applicant 37 Annex - II Statement of Legal Capacity 39 Annex - III List of Similar works completed 40 Annex-IV For Submission of Credit Facility 41 Annex-V For Submission of Past Contractual Performance 42 Annex-VI Format for Financial Capabilities 43 Annex-VII Details of paid up capital of Applicant 44

II Format for Power of Attorney for signing of Application 45 III Format for Power of Attorney for Lead Member of Joint Venture / Consortium 47

3

DISCLAIMER

The information contained in this Request for Qualification document (the "RFQ") or subsequently provided to Applicant(s), whether verbally or in documentary or any other form, by or on behalf of "KIAL" (Kannur International Airport Ltd.), hereinafter, known as 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 (the "Application"). This RFQ includes statements, which reflect various assumptions and assessments arrived at by the Authority in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Applicant may require. 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 investigations 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.

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 pre-qualification 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.

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 select and shortlist pre-qualified Applications for Bid Stage or to appoint the selected Bidder as the case may be, for the Project and the Authority reserves the right to reject all or any of the Applications or Bids without assigning any reasons whatsoever.

4

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 Bidding Process.

5

KANNUR INTERNATIONAL AIRPORT LIMITED

1. INTRODUCTION

1.1 BACKGROUND

The virgin, clean beaches at Kannur are a tourist's paradise. One could lose oneself riding into the sunset at Kerala’s only drive-in-beach in Muzhuppilangad. Apart from its idyllic beaches, Kannur is famous for its handloom industry and folk art and culture. The resonant past and plenty of myths and legends have earned Kannur, the capital of an ancient Kingdom, the name 'the crown of Kerala'.

Places of interest in Kannur range from forts, beaches, museums and much more. The enchanting sandy beaches lined with evergreen coconut palm groves at Payyambalam, Muzhuppilangad, Dharmadam, St. Angelo’s Fort, Fort, and Bakel Fort as well as Snake Park at Parassinikadavu are a few of them.

The new Kannur International Airport will tap the vast tourism potential, aid the textile industry, and help ‘Non-Resident’ Indians, expatriates, business travellers, IT professionals and corporate magnates, and enhance the region’s position as an international tourist destination. About 13% of Kannur population has overseas employment. They and their relatives currently have to travel far to reach an airport.

BARE FACTS

North Malabar region plus Mahe Catchment Area of the Airport and part of Coorg Area (in Sq.km) 8,191

Population 56,92,324

Males 27,03,774

Females 29,88,550 Sex ratio : Females/1000 1,100 Density of Population 695 Per Capita Income (in Rs) 11825

Literacy rate Male 95.1 Female 89.68 Coastal line in km. 187 Water bodied area in ha. 11,240 Forest area in ha. 14,23,51

6

1.1.1 Rainfall and Climate

Kannur district receives a total annual rainfall of around 3453 mm. District experiences heavy rainfall during the South West monsoon season followed by North East monsoon. South West monsoon during June to September contributes 70 % of the total rainfall of the year. The northeast monsoon contributes only about 30%. The distribution of rainfall during year 2000 to 2005 is shown in Table 1. Rainfall is considerably less during the period from January to May. The highest monthly rainfall was received in the month of June 2003 and lowest in the month of March 2005.

Table 1: Monthly rainfall in (Period 2000-2005)

Year Jan Feb Mar Apr May Jun July Aug Sept Oct Nov Dec Total 2000 37.4 4.4 81.8 286.4 916.2 674.1 587.6 74.9 411.8 52.0 131.6 3258.2 2001 69.1 340.4 1191.8 902.7 509.8 175.0 376.0 49.7 2.0 3616.5 2002 2.2 8.6 13.3 1117.5 369.5 621.8 171.0 646.0 52.0 22.3 3024.2 2003 97.4 101.9 194.7 1396.0 445.2 417.9 145.9 345.2 70.8 1.8 3226.1 2004 4.0 69.2 828.0 1097.4 1163.8 55.5 127.6 97.6 3443.1 2005 2.8 1.4 12.2 84.8 1108.5 944.0 611.0 589.6 389.0 60.9 606 3864.8

The year to year variability of annual rainfall is around 20%. In general, the rainfall increases from the coast to the eastern hilly regions. Kannur district falls under wet type of climate based on Thornthwaite’s climatic classification.

Temperature

The temperature is more during the months of March to May and is less during December 0 and January. The average mean monthly maximum temperature ranges from 28.4 to 36.9 C 0 and minimum temperature ranges from 19.7 to 23.9 C.

7

1.1.2 Archaeological Importance of Kannur

Burial sites of the Neolithic age have come to light in certain parts of Kannur district. The Thaliparamba-Kannur-Thalassery area abounds in rock-cut caves, dolmens, burial stone circles and menhirs, all of megalithic burial order.

It is assumed that the first batch of Aryan immigrants into the state entered through North Kerala (Malabar).

1.1.3 The Airport Project

KIAL (Authority) has decided to carry out the bidding process for selection of an entity as the bidder to whom part of the Project may be awarded. A brief description of the project may be seen in the Authority's website www.kannurairport.in Brief particulars of the Project are as follows:

An International Airport at Kannur with international standards of safety and comfort is the aim of the (GoK) and the Authority has been incorporated as a public limited company by the GoK to develop the airport through Public Private Partnership (PPP) mode. The equity participation in the project: GoK 26%, PSUs23%, 2% by Government promoted agencies and balance through public participation by QIIs, Individuals, Companies, Co-operative Banks, Societies, and other legal entities. In-Principle approval has been received from Ministry of Civil Aviation, NOC received from Ministry of Defence and MHA, and site clearance received from Director General of Civil Aviation, India.

The State’s prestigious greenfield airport project named ‘KANNUR INTERNATIONAL AIRPORT’ will be coming up close to Mattannur in Kannur district of Kerala State. It is only 25 kms away from Kannur town, at Mattannur, on Kannur – Mattannur – Mysore road.

8

1.1.4 Objectives of the Proposed Project

To provide an international gateway with state-of-the art facilities to support safe, efficient and cost effective travel for foreign tourists and ‘non-resident’ Indians from Kerala, as well as domestic passengers.

To act as air cargo hub for perishable cargo like cut-flowers, vegetables, fruits, seafood etc.

To provide a host of commercial, trade promotion and industrial activities that can generate employment opportunities, provide avenues for the trade in traditional products to affluent markets in the Gulf and Europe and to open new vistas in the field of IT & ICT.

To promote beach, pilgrimage and health tourism.

To transform the region into a highly developed growth center for travel and tourism.

1.1.5 Highlights

The Airport will have a runway length suitable for operation of Code E aircraft and it will be extended further at later stage suitable for Code F aircraft operation. The orientation of the runway is 07/25, which permits obstacle free approach. The airport is expected to have an annual traffic of more than 1.5 million international passengers and above 0.15 million domestic passengers as per 2016-2017estimate. The airport is expected to be operational from December 2015 onwards.

1.1.6 Infrastructure

Creating outside support services/ infrastructure facilities is considered to be as important as the development of the airport building itself. The greatest emphasis is being laid on the access roads. The plan is to take up and complete the supporting infrastructure by the time the airport is built.

. Nearby Airports

The airport at Mangalore in Karnataka is about 175 kilometers and the one at is about 120 kilometers away from Kannur.

9

. Roads

The West Coast road, National Highway 17, is the backbone of the road system in North Malabar. Kannur - Mattannur - Road, - Pilathara Road, Taliparambu - Road, Payyannur - (Kozhichal) Road, and the Thalassery - Mysore road are the other important roads. Government of Kerala has already decided to widen/develop the roads connecting the proposed airport. The following eight roads have been identified for this purpose:

1) Kannur-Mattannur; 2) Thalassery-Mattannur; 3) Payyannur-Mattannur; 4) Karnataka Border-Mattannur 5) Mattannur--Thalassery 6) Wayanad-Mattannur 7) Mahe-Muzhuppilangad 8) -Thalassery

. Ports

Thalassery (Tellicherry), Kannur and Azhikkal are the minor ports in the district. Kannur is an ancient port. The nearest all-weather sea port is Mangalore in Karnataka State. The inland water transport system connecting Perumba and Taliparambu was constructed in 1766 by the Ali Raja of Kannur. This 3.8 km long canal is known as the Sultan's Canal. The west flowing rivers are used for navigation. The Kuppam river has 244 km of navigable length; Valappattanam, 55 km and Anjarakandi, 23 km.

. Rail

A rail line linking Kannur/ Thalassery, will facilitate multi-modal access to the airport. The State Government is pursuing discussions with the Ministry of Railways on a proposal for 'Kannur International Airport Railway Station'.

. Power

An increase in power supply in the area adjoining the airport has been taken up to cater to the power requirements of the airport.

. Water

Necessary steps have been taken by the concerned authorities to meet the demand of water requirements of the airport.

10

1.1.7 Tourism/Hotels

The tourism industry, especially health, pilgrimage and beach tourism, would be developed to attract more national and international tourists. The airport will be established quite close to Wayanad and Coorg which are suitable locations for adventure and wild life tourism. Even before the commencement of the construction of the airport several hotel chains have come up to explore the tourism potential of the region.

Pilgrimage tourism can be promoted in this area due to the presence of a large number of internationally famous shrines belonging to different religions.

1.1.8 Industries

Traditional industries like textile, handloom and modern sectors like IT will get a boost with the establishment of the airport. Similarly the airport will grow due to rapid industrialization from the flow of increased passengers. It is a win-win situation.

1.1.9 Project Structure

The airport will be built over 2000 acres of land and will have a single runway, to begin with.

The detailed project report envisages project cost to be approximately Rs.1500 Crores for the airport. When completed, Kannur airport would be the fourth international airport in the State after Thiruvananthapuram, and Kozhikode.

1.1.10 Status of Land Acquisition

So far, 1278 acres of land has been taken over under the Fast Track Scheme and compensation paid to the land Owners. Land required for rehabilitation has also been taken over and plots given to the families concerned. In the second phase, 783 acres more has been notified and is expected to be taken over in 6 months.

Project Office at Mattannur was inaugurated by the Chief Minister of Kerala on 6 December 2012.

1.1.11 Consultant for the project

The first DPR and runway design for the project was prepared by Cochin International Airport Limited. At a later stage, a consortium consisting of AECOM and CRISIL has been

11

appointed as Integrated Project Consultant for Kannur International Airport Project.

1.1.12 Objective of RFQ

The Authority intends to pre-qualify suitable Applicants (the "Bidders") who will be eligible for participation in the Bid Stage, for awarding the Project through a competitive bidding process in accordance with the procedure to be laid down in the RFP.

1.2 SCOPE OF WORKS AND ELIGIBILITY OF APPLICANT

1.2.1 Scope of work

The land identified and acquired at Moorkhanparambu, in the district of Kannur, for the proposed Greenfield Airport is in a hilly terrain which requires extensive earthwork involving cutting and filling of ground to make it suitable for airport construction. The earth filling required for reaching the desired level of the proposed airport platform is likely to peak up to around 50m in certain areas which may involve construction of retaining structures of the same height.

This RFQ is for EPC-I, who is proposed to be appointed for initial development activities of the proposed airport.

The successful Bidder, shall be responsible for designing, engineering, procurement, construction, of this Project under and in accordance with the Agreement to be entered into between the successful Bidder and the Authority. The bidder shall be responsible for the maintenance of the project during Defect Liability Period

A subsequent RFQ will be issued for selection of EPC-II, who will be responsible for all other related facilities for the airport development.

1.2.2 Broad description of works under the proposed contract

A) Designing, Engineering, Procurement and Construction of

a) 2 lane / 4 lane access road.

b) Earth work in cutting and filling for preparation of ground platform for the proposed airport. The work involves excavation of hard laterite stone up to a depth of 10m apart from other type of soft / hard rock and soil.

c) Retaining structure to retain earth in filling up to a height of 45-50m.

d) Drain system, and underground conduit ducts.

12

e) Runway (flexible) of length suitable for operation of code 4E aircraft, Taxiway, Runway Basic Strips, Apron, Isolation Bay, Runway Turning Pads, RESA..

f) Operational and perimeter boundary wall, perimeter road, internal road (airside).

g) Formation platforms for Landside facilities.

h) Ancillary buildings in operational area like Fire Station, Radar building, CCR building, DVOR building, RCC underground and overhead tanks for fire fighting, suitable link roads for above buildings, visual markings on pavement, substation etc.

B) Designing, Supply, Installation, Testing and Commissioning of

a) Aircraft approach lighting and Airfield Ground Lighting (AGL) systems as per ICAO, DGCA requirements

b) Visual Aids for Navigation and Bird hazard reduction system.

1.2.3 Eligibility of Applicants

(A) For determining the eligibility of Applicants for their pre-qualification here under, the following shall apply:

(a) The Applicant for pre-qualification may be a single entity or a group of entities (the “Consortium”), coming together to implement the Project. However, no applicant applying individually or as a Member/Partner of a Consortium/Joint Venture, as the case may be, can be Member/Partner of another Applicant. The term Applicant used herein would apply to both a single entity and a Joint Venture/Consortium.

(b) An Applicant may be a natural person, private entity, or any combination of them with a formal intent to enter into an agreement or under an existing agreement to form a Consortium/Joint Venture.

(c) An Applicant shall not have a conflict of interest (the “Conflict of Interest”) that affects the Bidding Process. Any Applicant found to have a Conflict of Interest shall be disqualified. An Applicant shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:

(i) the Applicant, its Member/Partner or Associate (or any constituent thereof) and any other Applicant, its Member/Partner or any Associate 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

13

Applicant, its Member or an Associate thereof (or any shareholder thereof having a shareholding of not more than twenty five per cent of the paid up and subscribed share capital of such Applicant, Member or Associate, as the case may be) in the other Applicant, its Member/Partner or Associate, as the case may be, is not more than twenty five per cent of the paid up and subscribed share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in section 4A of the Companies Act 1956. For the purposes of this Clause 1.2.3 (c), indirect shareholding held through one or more intermediate persons shall be computed as follows: (aa) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the “Subject Person”) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (bb) subject always to sub-clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause (bb) if the shareholding of such person in the intermediary is less than 26% of the subscribed and paid up equity shareholding of such intermediary; or

(ii) a constituent of such Applicant is also a constituent of another Applicant; or

(iii) such Applicant, or any Associate thereof receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Applicant, or any Associate thereof or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Applicant, its Member/Partner or any Associate thereof; or

(iv) such Applicant has the same legal representative for purposes of this Application as any other Applicant; or

(v) such Applicant, or any Associate thereof has a relationship with another Applicant, or any Associate thereof, directly or through common third party/ parties, that puts either or both of them in a position to have access to each other information about, or to influence the Application of either or each other; or

(vi) such Applicant, or any Associate thereof has participated as a consultant to the Authority in the preparation of any documents, design or technical specifications of the Project.

(d) An Applicant shall be liable for disqualification if any legal, financial or technical adviser of the Authority in relation to the Project is engaged by the Applicant, its Member/Partner or any Associate thereof, as the case may be, in any manner for matters related to or incidental to the Project. For the avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the Applicant, its Member/Partner or Associate in the past but its assignment expired or was

14

terminated 6 (six) months prior to the date of issue of this RFQ. Nor will this disqualification apply where such adviser is engaged after a period of 3 (three) years from the date of commercial operation of the Project.

Explanation: In case an Applicant is a Consortium/Joint Venture, then the term Applicant as used in this Clause 1.2.3, shall include each Member/Partner of such Consortium/Joint Venture.

(B) While Qualification is open to persons from any country, the following provisions shall apply: (a) Where, on the date of the Application, not less than 15% (fifteen percent) of the aggregate issued, subscribed and paid up equity share capital in an Applicant or its Member/Partners is held by persons resident outside India or where an Applicant or its Member/Partner is controlled by persons resident outside India (Details are to be furnished in Annex-VII); or

(b) if at any subsequent stage after the date of the Application, there is an acquisition of not less than 15% (fifteen percent) of the aggregate issued, subscribed and paid up equity share capital or control, by persons resident outside India, in or of the Applicant or its Member/Partner; then the Qualification of such Applicant or in the event described in sub clause (b)above, the continued Qualification of the Applicant shall be subject to approval of the Authority from national security perspective. The decision of the Authority in this behalf shall be final and conclusive and binding on the Applicant. The holding or acquisition of equity or control, as above, shall include direct or indirect holding/ acquisition, including by transfer, of the direct or indirect legal or beneficial ownership or control, by persons acting for themselves or in concert and in determining such holding or acquisition, the Authority shall be guided by the principles, precedents and definitions contained in the Securities and Exchange Board of India (Substantial Acquisition of Shares and Takeovers) Regulations, 1997, or any substitute thereof, as in force on the date of such acquisition. The Applicant shall promptly inform the Authority of any change in the shareholding, as above, and failure to do so shall render the Applicant liable for disqualification from the Bidding Process.

1.3 BRIEF DESCRIPTION OF BIDDING PROCESS

The Authority has adopted a two-stage process (collectively referred to as the "Bidding Process") for selection of the bidder for award of the Project. The first stage (the "Qualification Stage") of the process involves qualification (the "Qualification") of interested parties/ Consortium / Joint Venture who make an Application in accordance with the provisions of this RFQ (the "Applicant", which expression shall, unless repugnant to the context, include the Members of the Joint Venture / Consortium). The Applicant shall pay to the Authority a sum of Rs. 50,000 (Rupees Fifty thousand) as Demand Draft from a

15

Nationalised/Scheduled Bank favouring Kannur International Airport Limited), payable at Trivandrum (Non-refundable) as the cost of the RFQ process along with the application. Intending applicants who wish to attend the Pre application conference should pay the RFQ process fee of Rs. 50,000/- in the form of Demand draft in advance. Those attending the conference will be required to produce the proof of payment before the conference starts. At the end of qualification stage, the Authority expects to announce a list of all pre-qualified Applicants who shall be eligible for participation in the second stage of the Bidding Process (the "Bid Stage") comprising Request for Proposals (the "Request for Proposals" or "RFP").

In the Qualification Stage, Applicants would be required to furnish all the information specified in this RFQ. Only those Applicants that are pre-qualified and short-listed by the Authority shall be invited to submit their Bids for the Project. The Authority is likely to provide a comparatively short time span for submission of the Bids for the Project. The Applicants are, therefore, advised to visit the site and familiarise themselves with the Project, before submitting the RFQ.

In the Bid Stage, the Bidders will be called upon to submit their financial offers (the "Bids") in accordance with the RFP and other documents to be provided by the Authority (collectively the "Bidding Documents").

Further and other details of the process to be followed at the Bid Stage and the terms thereof will be spelt out in the Bidding Documents.

Any queries or request for additional information concerning this RFQ shall be submitted by e-mail to [email protected].

1.4 SCHEDULE OF BIDDING PROCESS

The schedule of bidding process is as below:

Event Description Date

Qualification Stage Date of Issue/availability of RFQ document 23 January 2013 Last date for receiving queries 30 January 2013 Pre-Application conference(*) 31 January 2013 Authority’s response to queries latest by 02 February 2013 Last date for submission of applications 14 February 2013 till 17:00 Hrs Opening of Application received 14 February 2013 17:30 Hrs(**) Announcement of short-listed applicants 22 February 2013

No request for extension of time line will be entertained. 16

(*)Intending applicants who wish to attend the Pre application conference should pay the RFQ process fee of Rs 50,000/-.in the form of Demand Draft in advance. Those attending the conference will be required to produce the proof of payment before the conference starts.

(**) In the presence of applicants or their representatives who may choose to be present.

2. INSTRUCTIONS TO APPLICANTS

2(A) GENERAL

2.1 Scope of Application

The Authority invites receive Applications for Qualification in order to pre-qualify experienced and professionally capable Applicants for the Bid Stage.

Pre-qualified Applicants may be subsequently invited to submit the Bids for the Project.

2.2 Pre -Qualifying Criteria

a) Annual Turnover

The minimum average turnover of the bidder during the preceding three financial years should not be less than Rs. 560 Cr. (*)

(*) this figure has been calculated as under:

Indicative cost of Work x 12 700 x 12 2.0 x = 2.0 x = 560 Cr. Expected completion time in months 30

NOTES: 1. The indicative cost of the project is Rs 700 Cr. which would be revised and specified in RFP. The assessment of actual cost would, however, have to be made by the intending bidders depending on the design prepared by them.

2. Weightage of 5% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year.

3. For considering the financial year, for example for a work for which the tender is being opened in financial year 2012-2013, the last three financial years shall be 2011-2012. 2010-2011, 2009- 2010. For a tender opened on (say) 16 January 2013 (Fin. Year 17

2012- 2013), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous Three Financial Years will be as under:- F.Y. 2011-12 = 1.050; F.Y. 2010-11=1.103; F.Y. 2009-10=1.158.

4. The applicant should submit the attested copy of Auditor's report along with balance sheet and profit and loss statement for the relevant financial year in which the minimum criteria is met. b) Work Experience.

1) The applicant should have satisfactorily completed in his own name at least 01(One )work of similar nature in EPC mode as described in clause 1.2, more specifically in clause 1.2.1 of minimum value of Rs. 525 Cr. (75% of the estimated cost of work) OR 02(Two) works of minimum value of Rs. 350 Cr. each (50% of the estimated value of work) OR 03(Three) works of minimum value of Rs. 280 Cr. each (40% of the estimated value of the work) during the last 5 (Five) years prior to the date of submission of the bid. Works completed prior to the cutoff date shall not be considered.

2) The applicant should also have satisfactorily completed earth work, airfield pavement and airfield lighting system (CAT-I) including AGL system during the last five years ending 31 December 2012. However, for airfield lighting system, the experience of sub-contractors who may be engaged will also be considered. Details in this regard need to be included in the proposal by the applicant.

NOTES:

1. A weightage of 5% (compounded annually from the date of completion of the work to the submission of the bid) shall be given for equating the works of the previous years to the current year.

2. Only such works will be considered which are 100% completed in all respects except as indicated above.

3. The bidder should submit the details of such completed works as per the format at Annex-III enclosed. In support of having completed these works, the firms should submit attested copies of the completion certificates from the Authority companies indicating the name of work, the description of work done by the bidder, value of contract executed by the bidder, date of start, date of completion (contractual & actual) and value of the material supplied free by the Authority company. The value of work executed should be inclusive of the value of free supply items.

18

4. The cutoff date shall be calculated from the date of submission / opening of tender i.e. for a tender which is being opened on 14 February 2013, the cutoff date shall be on 15 February 2008. The works completed for such tender before 15 February2008 shall not be considered.

5. It may be noted that the proposed designs are not required to be submitted at this stage (RFQ).However, submission of design will be a requirement at the RFP stage.

c) Profitability

The applicant firm shall be a profit (net) making firm and shall not have incurred losses during the last three financial years prior to submitting the RFQ.

The applicant should submit attested copies of auditor's report along with audited balance sheet and profit and loss statement for the last three financial years.

d) Liquidity

The applicant should have total liquid assets and credit facility for a minimum amount of Rs. 93.34 Cr. (*).

For the purpose of credit facility, the applicant should submit a certificate from a nationalized or a scheduled bank (as per format) (Annex-IV enclosed).

(*) This figure has been calculated as under: -

Indicative cost of works x 4 Sum of available credit facility and liquid assets = Expected completion time in months

700 x 4 = = 93.34 30

"Liquid Assets" will be computed by deducting current liabilities from current assets.

19 e) Net worth

The Net Worth of the Applicant shall be at least Rs 175 Cr at the close of the last audited financial year. The Applicant shall provide a certificate(s) from its statutory auditors specifying the net worth of the Applicant, as at the close of the last audited financial year, and also specifying that the methodology adopted for calculating such net worth conforms to the provisions of this Clause. For the purposes of this tender document, net worth (the “Net Worth”) shall be computed as follows: Net Worth = Paid up Equity share capital. Add: Free Reserves Subtract: Share premium (except in case of listed companies) Subtract: Revaluation Reserves Subtract: Intangible Assets Subtract: Miscellaneous Expenditures to the extent not written off and carry forward losses The Applicant shall provide the information regarding criteria as in Annexure VI. f) Joint Venture / Consortium

A) Response to this RFQ submitted by a Joint Venture / Consortium of two or more firms (limited to maximum of 3 members for both Joint Venture and consortium) as Partners/ Members shall be accompanied by the following documents:

i) A copy of MoU among Joint Venture Partners/ Consortium Members who participate in the selection process and mentioning the share holding pattern together with roles and responsibilities of each partner/member in the performance, execution, and implementation of the project. Each partner/member will be liable on a joint and several basis. The lead Partner/member shall have 51% of the share of the Joint Venture/Consortium if the number of Partners/Members is 02(Two) and more than 33% of the share if the number of Partners/Members is 03 ( Three).

ii) Power of Attorney in favour of the Partner in charge/ Lead Member on the lines mentioned in Appendix III.

(iii) All the Annexure from I to VII shall be submitted by each of the Partners/ Members.

B) The Partner-in-charge/Lead member should fulfill 75% of the minimum qualifying criteria in respect of Annual Turnover, Work Experience (excluding experience in Airfield lighting which may be provided by another Partner/Member or Sub- contractor), Profitability, Liquidity, laid down in the clause 2.2 and each of the partners / members (limited to maximum of three including lead Partner/Member) should have work experience specified in clause 2.2 (b) (1) and/ or any of the criteria mentioned in

20

clause 2.2.(b)(2). In addition each of the Partners/Members should also fulfill 40% of minimum qualifying criteria in respect of Annual Turnover, Profitability, Liquidity and Net worth laid down in clause 2.2.

g) Others

Even though the Applicants meet the above qualifying criteria, they are subject to be disqualified if they have

 Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements;

 Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

 Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

 Any entity which has been barred by the Central /any State Government in India (or any entity controlled by them), from participation in any project in last three years and the bar subsists as on the date of proposal/bid, would not be eligible to submit a proposal/bid. A Bidder should, have in the last three years, neither failed to perform on any agreement, evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such Bidder. An Affidavit duly notarized/legalized to this effect should be furnished for qualification by the Bidder.

A declaration to the above effect in the form of affidavit on stamp paper of Rs.100/- duly attested by Notary / Magistrate should be submitted as per format given in Annex V enclosed. h) Sub-Contractors

Sub Contractors' experience and resources will not be taken into account in determining the Applicant’s Compliance with the Qualifying Criteria.

2.3 Change in composition of the Joint Venture / Consortium

Once submitted during the Qualification Stage, change in the composition of a Joint Venture / Consortium will not be permitted by the Authority during the Bidding Stage.

21

2.4 Number of Applications and costs thereof

No Applicant shall submit more than one Application for the Project. An applicant (or any of its group entity, including holding, subsidiary, sister entities, etc.) applying individually or as a member of a Joint Venture / Consortium shall not be entitled to submit another application either individually or as a member of any Joint Venture / Consortium, as the case may be.

The Applicants shall be responsible for all of the costs associated with the preparation of their Applications and their participation in the Bid Process. The Authority will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.

2.5 Site visit and verification of information

Applicants are encouraged to submit their respective Applications after visiting the Project site and ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability of power, water and other utilities for construction, access to site, handling and storage of materials, weather data, applicable laws and regulations, and any other matter considered relevant by them.

2.6 Acknowledgement by Applicant

It shall be deemed that by submitting the Application, the Applicant has:

(a) made a complete and careful examination of the RFQ;

(b) received all relevant information requested from the Authority;

(c) 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 related to the RFQ; and

(d) agreed to be bound by the undertakings provided by it under and in terms hereof.

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.

22

2.7 Right to accept or reject any or all Applications/ Bids

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/ Bids, 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 Bids, it may, in its discretion, invite all eligible Applicants to submit fresh Bids hereunder.

The Authority reserves the right to reject any Application and/ or Bid.

23

2(B) DOCUMENTS

2.8 Contents of the RFQ

This RFQ comprises the disclaimer set forth hereinabove, the contents as listed below, and will additionally include any Addendum issued in accordance with Clause 2.10.

Invitation for Qualification Section 1. Introduction Section 2. Instructions to Applicants Section 3. Fraud & Corrupt Practices Section 4. Miscellaneous

Appendices

I. Letter comprising the Application II. Power of Attorney for signing of Application III. Power of Attorney for Lead Member of Joint Venture / Consortium

2.9 Clarifications

Applicants requiring any clarification on the RFQ may notify the Authority by e-mail. They should send in their queries before the date specified in the schedule of Bidding Process contained in Clause 1.4. The Authority shall endeavor to respond to the queries within the period specified therein. The responses will be posted on Authority’s website.

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 shall be taken or read as compelling or requiring the Authority to respond to any question or to provide any clarification.

The Authority may also on its own motion, if deemed necessary, issue interpretations and clarifications 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 Authority or its employees or representatives shall not in any way or manner be binding on the Authority.

24

2.10 Amendment of RFQ

At any time prior to the deadline for submission of Application, the Authority may, for any reason, whether at its own initiative or in response to clarifications requested by an Applicant, modify the RFQ by the issuance of Addendum.

Any Addendum thus issued will be published in Authority’s website.

2( C ) PREPARATION AND SUBMISSION OF APPLICATION

2.11 Language

The Application and all related correspondence and documents in relation to the Bidding Process shall be in English language. 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 of all the pertinent passages in the English language, duly authenticated and certified by the Applicant. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Application, the English language translation shall prevail.

2.12 Format and signing of Application

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 complete in all respects. Incomplete and /or conditional Applications shall be liable to be rejected.

The Applicant shall prepare 1 (one) original set of the Application (together with originals/ copies of documents required to be submitted along therewith pursuant to this RFQ) and clearly marked "ORIGINAL". In addition, the Applicant shall submit 1 (one) copy of the Application, along with documents required to be submitted along therewith pursuant to this RFQ, marked "COPY". The Applicant shall also provide 2 (two) soft copies on Compact Disc (CD). In the event of any discrepancy between the original and the copy, the original shall prevail.

The Application and its copy shall be typed neatly and signed by the authorised signatory of the Applicant who shall also initial each page in blue ink. All the alterations, omissions, additions or any other amendments made to the Application shall be initialed by the person(s) signing the Application. The Application shall contain page numbers and shall be 25

bound together in hard cover.

2.13 Sealing and Marking of Applications

The Applicant shall submit the Application in the format specified at Appendix-I, together with the documents specified below, and seal it in an envelope and mark the envelope as "APPLICATION". The Applicant shall seal the original and the copy of the Application, together with their respective enclosures, in separate envelopes duly marking the envelopes as "ORIGINAL" and "COPY". The envelopes shall then be sealed in an outer envelope which shall also be marked in accordance.

Each envelope shall contain:

(i) Application in the prescribed format (Appendix-I) along with Annexes and supporting documents;

(ii) Power of Attorney for signing the Application as per the format at Appendix-II;

(iii) If applicable, the Power of Attorney for Lead Member of Joint Venture / Consortium as per the format at Appendix-III;

(iv) Copy of Memorandum and Articles of Association, if the Applicant is a body corporate, and, if a partnership, then a copy of its partnership deed; and

(v) Copies of Applicant's duly audited balance sheet and profit and loss account for the preceding three years.

Each of the envelopes shall clearly bear the following identification: "Application for Qualification” and shall clearly indicate the name and address of the Applicant. In addition, the Application Due Date should be indicated on the right hand corner of each of the envelopes.

Each of the envelopes shall be addressed to:

DESIGNATION : Managing Director

ADDRESS : Kannur International Airport Limited Registered Office, 'Parvathy',T.C 36/1 Chackai, N.H. Bypass Thiruvananthapuram-695 024, Kerala, INDIA

E-mail: [email protected] Phone.No+91-471-2508668, 2508669, 2508670 26

If the envelopes are not sealed and marked as instructed above, the Authority will reject the Application.

Applications submitted by fax, telex, telegram or e-mail shall be rejected.

2.14 Last Date of Receiving Application

Applications should be submitted before 1700 hours IST on 14 February 2013, at the address provided in Clause 2.13 in the manner and form as detailed in this RFQ.

2.15 Late Applications

Applications received by the Authority after the specified time and date on 14 February2013 shall not be eligible for consideration and shall be summarily rejected. The Authority shall not be responsible or liable for loss or delay for the receipt of the RFQ due to loss of document in transit or delay on the part of the postal authorities or courier for delivery of the document in time.

27

2(D) EVALUATION PROCESS

2.16 Opening and Evaluation of Applications

The Authority shall open the Applications at 1730 hours IST on the Application Due Date, at the place specified in Clause 2.13 and in the presence of the Applicants who choose to attend. The Authority will subsequently examine and evaluate Applications.

Applicants are advised that pre-qualification of Applicants will be entirely at the discretion of the Authority. Applicants will be deemed to have understood and agreed that no explanation or justification on any aspect of the Bidding Process or selection will be given.

Any information contained in the Application shall not in any way be construed as binding on the Authority, its agents, successors or assigns, but shall be binding on the Applicant if the Project is subsequently awarded to it on the basis of such information.

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.

If any information furnished by the Applicant is found to be incomplete, or contained in formats other than those specified herein, the Authority may, in its sole discretion, exclude the relevant portion in evaluating the eligibility.

In the event that an Applicant claims credit for an Eligible Project, and such claim is determined by the Authority as incorrect or erroneous, the Authority shall reject such claim and exclude the same from evaluation of the eligibility of the Applicant. Where any information is found to be patently false or amounting to a material representation, the Authority reserves the right to reject the Application.

2.17 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the short-listed pre-qualified Applicants shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising the Authority in relation to, or matters arising out of, or concerning the Bidding Process. The Authority will treat all information, submitted as part of Application, in confidence and will require all those who have access to such material to treat the same in confidence. The Authority may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or the Authority or as may be required by law or in connection with any legal process.

28

2.18 Tests of responsiveness

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:

(a) it is received as per format at Appendix-I.

(b) it is received by the Last Date.

(c) it is signed, sealed, bound together in hard cover, and marked as stipulated in Clauses 2.12 and 2.13.

(d) it is accompanied by the Power of Attorney as specified in Appendix II &III.

(e) it contains all the information and documents (complete in all respects) as requested in this RFQ;

(f) it contains information in formats same as those specified in this RFQ;

(g) it contains RFQ process fees as Demand Draft of Rs. 50,000 (Rupees Fifty thousand only) payable to Authority ;

(h) it does not contain any condition or qualification; and

(i) it is not non-responsive in terms hereof.

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 the Authority in respect of such Application.

2.19 Clarifications To facilitate evaluation of Applications, the Authority may, at its sole discretion, seek clarifications from any Applicant regarding its Application. Such clarification(s) shall 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 in writing.

If an Applicant does not provide clarifications sought 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.

29

2(E) QUALIFICATION AND BIDDING

2.20 Pre-Qualification and notification

After the evaluation of Applications, the Authority would announce a list of pre-qualified Applicants (Bidders) who will be eligible for participation in the Bid Stage. At the same time, the Authority would notify the other Applicants that they have not been pre-qualified. The Authority will not entertain any query or clarification from Applicants who fail to qualify.

2.21 Submission of Bids

Only pre-qualified Applicants shall be invited by the Authority to submit their Bids in the form and manner to be set out in the Bidding documents for the Project. The Authority is likely to provide a comparatively short time span for submission of the Bids for the Project. The Applicants are therefore advised to visit the site and familiarise themselves with the Project 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.

2.22 Proprietary data

All documents and other information supplied by the Authority or submitted by an Applicant to the Authority shall remain or become the property of the Authority. Applicants are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their Application. The Authority will not return any Application or any information provided along therewith.

2.23 Correspondence with the Applicant

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.

30

3. FRAUD AND CORRUPT PRACTICES

The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process. 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.

Without prejudice to the rights of the Authority, 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.

For the purposes of this Clause 3, 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, 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 LOA or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from 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 provisions of the RFQ, engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LOA, as the case may be, any person in respect of any matter relating to the Project or the LOA, who at any time has been or is a legal, financial or technical adviser of the Authority in relation to any matter concerning the Project;

(b) "fraudulent practice" means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process ;

(c) "coercive practice" means impairing or harming or threatening to impair or harm, directly or indirectly, any person or property to influence any person's participation or action in the Bidding Process;

(d) "undesirable practice" means (i) establishing contact with any person connected with or 31

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

(e) "restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

32

4. MISCELLANEOUS

The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Thiruvananthapuram (Kerala) shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding Process.

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;

(b) consult with any Applicant in order to receive clarification or further information;

(c) pre - qualify or not to pre-qualify any Applicant and/ or to consult with any Applicant in order to receive clarification or further information;

(d) retain any information and/ or evidence submitted to the Authority by, on behalf of, and/ or in relation to any Applicant; and/ or

(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.

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.

33

APPENDIX - I

Letter Comprising the Application for Pre-Qualification

Dated:

To, Managing Director Kannur International Airport Ltd. Registered office, 'Parvathy',T.C. 36/1 Chackai, N.H. Bypass Thiruvananthapuram-695 024 Kerala, INDIA

Sub: Application for Pre-qualification for Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation platforms for Landside Facilities and Design, Supply, Installation, Testing and commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System at Kannur International Airport, Kerala, India.

Dear Sir,

With reference to your RFQ document dated ______, I/we, having examined the RFQ document and understood its contents, hereby submit my/our Application for Qualification for the aforesaid project. The Application is unconditional and unqualified.

2. I/ We acknowledge that the Authority will be relying on the information provided in the Application and the documents accompanying such Application for pre- qualification of the Applicants for the aforesaid project, and we certify that all information provided in the Application is 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.

3. This statement is made for the express purpose of qualifying as a Bidder for the development, construction of the aforesaid Project.

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.

5. I/ We acknowledge the right of the Authority to reject our Application without assigning any reasons or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

34

6. I/ We certify that in the last three years, we/ any of the Consortium / Joint Venture Members/Partners or our other Associates 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.

7. 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 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, 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; and

(c) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions of Section 3 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.

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 Project, without incurring any liability to the Applicants, in accordance with Clause 2.16 of the RFQ document.

9. I/ We believe that we/ our Joint Venture / Consortium/ proposed Joint Venture / Consortium satisfy(ies) the qualification criteria and meet(s) all the requirements as specified in the RFQ document and are/ is qualified to submit a Bid.

10. I/ We declare that we/ any Partner/Member of the Joint Venture / Consortium, or our/ its Associates are not a Partner/Member of a/ any other Joint Venture / Consortium applying for pre-qualification.

11. I/ We certify that in regard to matters other than security and integrity of the country, we/ any Partner/Member of the Joint Venture / Consortium or any of our/ their Associates 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 Project or which relates to a grave offence that outrages the moral sense of the community.

35

12. I/ We further certify that in regard to matters relating to security and integrity of the country, we/ any Partner/Member of the Joint Venture / Consortium or any of our/ their Associates 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 Partner/Member of the Joint Venture / Consortium or against our/ their Associates or against our CEO or any of our directors/ managers/ employees.

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 in terms of the provisions of this RFQ, we shall intimate the Authority of the same immediately.

15. The Statement of Legal Capacity as per format provided at Annex-II in Appendix-I of the RFQ document, and duly signed, is enclosed. The power of attorney for signing of application and the power of attorney for Lead Member of Joint Venture / Consortium, as per format provided in the RFQ, are also enclosed.

16. 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 selection of Applicants, selection of the Bidder, or in connection with the selection/ Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof.

17. I/ We agree and undertake to abide by all the terms and conditions of the RFQ document.

In witness thereof, I/ we submit this application under and in accordance with the terms of the RFQ document.

Yours faithfully,

Date: (Signature, name and designation of the Authorised Signatory)

Place: Name and seal of the Applicant/ Lead Member

36

APPENDIX- I

ANNEX-I

Details of Applicant

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 Company including details of its main lines of business and proposed role and responsibilities in this Project:

3. Details of individual(s) who will serve as the point of contact/ communication for the Authority: (a) Name: (b) Designation: (c) Company: (d) Address: (e) Telephone Number: (f) E-Mail Address: (g) Fax Number:

4. Particulars of the Authorised Signatory of the Applicant: (a) Name: (b) Designation: (c) Address: (d) Phone Number: (e) Fax Number:

5. In case of a Joint Venture / Consortium: (a) The information above (1-4) should be provided for all the Members of the Joint Venture / Consortium. (b) A copy of the Undertaking, in case of the Joint Venture / Consortium, should be attached to the Application. (c) Information regarding the role of each Member should be provided as per table below:

37

APPENDIX- I

ANNEX-I

Sl. No. Name of Member Role Percentage of share in the Joint Venture / Consortium

(d) The following information shall also be provided for each Member of the Joint Venture / Consortium:

Name of Applicant/ member of Joint Venture / Consortium: No. Criteria Yes No 1. Has the Applicant/ constituent of the Joint Venture / Consortium been barred by the Central/ State Government, or any entity controlled by it, from participating in any project (BOT or otherwise) If the answer to 1 is yes, does the bar subsist as on the date of Application 2. Has the Applicant/ constituent of the Joint Venture / Consortium paid liquidated damages of more than 5% of the contract value in a contract due to delay or has been penalised due to any other reason in relation to execution of a contract, in the last three years?

6. A statement by the Applicant and each of the Partners/Members of its Joint Venture / Consortium (where applicable) or any of their Associates disclosing material non- performance or contractual non-compliance in past projects, contractual disputes and litigation/ arbitration in the recent past is given below (Attach extra sheets, if necessary):

38

ANNEX-II

Statement of Legal Capacity

(To be forwarded on the letterhead of the Applicant/ Lead Member of Joint Venture / Consortium)

Ref. Date:

To, Managing Director Kannur International Airport Ltd. 'Parvathy',T.C. 36/1 Chackai, N.H. Bypass Thiruvananthapuram-695 024 Kerala, INDIA

Dear Sir,

We hereby confirm that we/ our Partners/Members in the Joint Venture / 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 Partner/Member of our Joint Venture / Consortium.*

We have agreed that ______(insert individual's name) will act as our representative/ will act as the representative of the Joint Venture / Consortium on its behalf* and has been duly authorized to submit the RFQ. Further, the authorised signatory is vested with requisite powers to furnish such letter and authenticate the same.

Thanking you, Yours faithfully,

(Signature, name and designation of the authorised signatory)

For and on behalf of ______

*Please strike out whichever is not applicable.

39

ANNEX -III LIST OF SIMILAR WORKS COMPLETED

S.No. Client's Name of Scope of work Agreement / Contract Value (Rs. In Value of Date of Date of completion Reasons for Name work & carried out by Letter of Award lakhs) Materials Start delay in and Location the Bidder No. Awarded Actual on supplied As per Actual completion if Address completion free by the LOA / any Client Agreement

SEAL AND SIGNATURE OF THE BIDDER

Notes:

(i) In support of having completed above works attach attested copies of the completion certificate from the Authority companies indicating the same of work, the description of work done by the bidder date of start, date of completion (contractual & actual), value of contract as awarded and as executed by the bidder, and value of material supplied free by the client. When the Authority company is a private one, the Certificate from the Company must be supported by TDS Certificate issued by the Company.

(ii) Information must be furnished on only works carried out by the Bidder in his own name.

40

ANNEX -IV

For Submission of Credit Facility

This is to certify that M/s ______is a reputed company with a good financial standing.

The firm / company is enjoying a fund based credit facility of Rs...... to meet its working capital requirements. The Firm or Company is not in the list of defaulter to the bank.

Signature of Authorized Signatory with Name and Date Seal and Address of Bank

41

ANNEX-V

For Submission of Past Contractual Performance

(Affidavit on non-judicial stamp paper of Rs. 100/- duly attested by Notary/Magistrate)

This is to certify that We M/s ______in submission of this offer confirm that:-

I) We have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. iii) We have not been barred by the Central/any State Government in India (or any entity controlled by them), from participation in any project in last three years and the bar subsists as on date of proposal/bid. iv) We have neither failed to perform on any agreement, evidence by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against us, nor been expelled from any project or agreement nor have had an agreement terminated for breach in last three years. iv) We have submitted all the supporting documents and furnished the relevant details per prescribed format. v) The information and documents submitted with the tender by us are correct and we are fully responsible for the correctness of the information and documents submitted by us.

SEAL AND SIGNATURE OFTHE BIDDER

42

ANNEX-VI

FORMAT FOR FINANCIAL CAPABILITES

[on the letter head of the Applicant]

Name of the Applicant: …………………………………………………

Year Net worth

I / we (Name / Address of Applicant) have gone through the terms and conditions of the tender document issued by KIAL

As per the requirement of KIAL, I / We have checked and verified the information given in the above table and certify that the above information is true to the best of my / our knowledge and nothing wrong is contained therein.

I / We are attaching herewith the copies of duly audited balance sheet and profit and loss account for the last audited financial year.

(Signature of Authorized Signatory with seal)

b) CERTIFICATE FROM STATUTORY AUDITOR FOR NET WORTH CRITERIA

We certify that the ------( Name of the Applicant) has a minimum Net Worth of ------based on the last Audited Annual Accounts and that the methodology adopted for calculating such net worth conforms to the provisions of Clause 2.2 (e).

Name of the audit firm:

Seal of the audit firm: (Signature, name and designation of the authorized signatory).

Date:

43

ANNEX VII

Details of Paid Up Capital of Applicants

1. Details of persons resident outside India holding 15% or more of the paid up capital of the applicant may be furnished

2. Is the applicant or its partners/members controlled by person(s) resident outside India?

3. If the answer to the question No.2 is Yes, details of such persons may be furnished.

44

APPENDIX - II

Power of Attorney for signing of Application

Know all men by these presents, We ______(name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. (name), ______son/daughter/wife of ______and presently residing at ______, who is presently employed with us/ the Lead Member of our Joint Venture / Consortium and holding the position of ______, as our true and lawful attorney (hereinafter referred to as the "Attorney") to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our application for pre-qualification and submission of our bid for Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation Platforms for Landside facilities and Design, Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System for proposed Kannur International Airport, Kerala, India under the Kannur International Airport Limited (the "Authority") including but not limited to signing and submission of all applications, bids and other documents and writings, participate in Pre-Applications and other conferences and providing information/ responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon award thereof to us and/or till the entering into of the Agreement with the Authority.

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.

IN WITNESS WHEREOF WE, ______, THE ABOVE NAMEDPRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______DAY OF ______2013

For ______

(Signature, name, designation and address)

45

Witnesses:

1. 2. (Notarised)

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 favour 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 legalised by the Indian Embassy and notarised 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 Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.

46

APPENDIX III

Power of Attorney for Lead Partner/Member of Joint Venture / Consortium

Whereas the Kannur International Airport Ltd. ("the Authority") has invited applications from interested parties Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation Platforms for Landside Facilities and Design, Supply, Installation, Testing and commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System for Kannur International Airport, Kerala, India.

Whereas, ______, ______, ______and ______(collectively the "Joint Venture / Consortium") being Partners/Members of the Joint Venture / Consortium are interested in bidding for the Project in accordance with the terms and conditions of the Request for Qualification document (RFQ), Request for Proposal (RFP) and other connected documents in respect of the Project, and

Whereas, it is necessary for the Partner/Members of the Joint Venture / Consortium to designate one of them as the Lead Partner/Member with all necessary power and authority to do for and on behalf of the Joint Venture / Consortium, all acts, deeds and things as may be necessary in connection with the Joint Venture / Consortium's bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, ______having our registered office at ______, M/s. ______having our registered office at ______, M/s. ______having our registered office at ______, and ______having our registered office at ______,

47

(hereinafter collectively referred to as the "Principals") do hereby irrevocably designate, nominate, constitute, appoint and authorise M/S ______having its registered office at ______, being one of the Partner/Members of the Joint Venture / Consortium, as the Lead Partner/Member and true and lawful attorney of the Joint Venture / Consortium (hereinafter referred to as the "Attorney"). We hereby irrevocably authorise the to conduct all business for and on behalf of the Joint Venture / Consortium and any one of us during the bidding process and, in the event the Joint Venture / Consortium is awarded the concession/contract, during the execution of the Project and in this regard, to do on our behalf and on behalf of the Joint Venture / Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the pre-qualification of the Joint Venture / Consortium and submission of its bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Joint Venture / Consortium and generally to represent the Joint Venture / 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 Joint Venture / Consortium's bid for the Project and/ or upon award thereof till the Contract 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/ Joint Venture / Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______DAY OF ______2013.

For ______(Signature) ______(Name & Title)

For ______(Signature) ______(Name & Title)

For ______(Signature) ______(Name & Title)

48

Witnesses: 1.

2.

(Executants)

(To be executed by all the Members of the Joint Venture / Consortium)

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 favour 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 legalised by the Indian Embassy and notarised 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 Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.

49

KANNUR INTERNATIONAL AIRPORT LIMITED

CORRIGENDUM - I DATED 23 JANUARY 2013

Sub: Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation Platforms for Landside Facilities and Design, Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System.(herein after referred to as Project).

Ref: Request for Qualification EPC-I published in newspaper / KIAL website on 22 January 2013

Clause Existing Clause Revised Clause No.

2.2.(f)(B) The Partner-in-charge/Lead member The Partner-in-charge / Lead Member should fulfill 75% of the minimum should fulfill 75% of the minimum qualifying criteria in respect of Annual qualifying criteria in respect of Annual Turnover, Work Experience (excluding Turnover, Work Experience (excluding experience in Airfield lighting which may experience in Air field lighting which may be provided by another Partner/Member be provided by another Partner / Member or Sub-contractor), Profitability, /Sub-contractor), Liquidity and Net Liquidity, laid down in the clause 2.2 and Worth laid down in the clause 2.2 and each of the partners / members (limited to each of the partners / members (limited to maximum of three including lead maximum of 3 including Lead Partner / Partner/Member) should have work Member) should have work experience experience specified in clause 2.2 (b) (1) specified in clause 2.2 (b) (1) and / or any and/ or any of the criteria mentioned in of the criteria mentioned in clause clause 2.2.(b)(2). In addition each of the 2.2(b)(2) in such a way as to ensure that Partners/Members should also fulfill 40% the Partner-in-charge / Lead Member and of minimum qualifying criteria in respect Partners / Members together should fulfill of Annual Turnover, Profitability, 100% qualifying work experience laid Liquidity and Net worth laid down in down in clause 2.2 (b). In addition, each clause 2.2. of the Partners / Members should also fulfill 40% of minimum qualifying criteria in respect of Annual Turnover, Liquidity and Net Worth laid down in clause 2.2. Further, the Partner-in-charge / Lead Member as well as Partners / Members should fulfill the criterion regarding profitability laid down in clause 2.2.(c).

50

KANNUR INTERNATIONAL AIRPORT LIMITED CORRIGENDUM -II DATED2FEBRUARY 2013

Sub: Detailed Designing, Engineering, Procurement and Construction of Earth Work and Pavements for Runway, Basic Strips, Turning Pads, Taxiways, Apron, Access Roads, Drainage System, Related Retaining Structures, Formation Platforms for Landside Facilities and Design, Supply, Installation, Testing and Commissioning of Airfield Ground Lighting System, Visual Aids for Navigation and Bird Hazard Reduction System.(herein after referred to as Project).

Ref: Request for Qualification EPC-I published in newspaper / KIAL website on 22 January 2013

Clause Existing Clause Revised Clause 1.4 Last date for submission of applications : Last date of submission of application s: 14 February 2013 till 17:00 Hrs 22 February 2013 till 17:00 Hrs Opening of Application received : Opening of Applications received : 14 February 2013 17:30 Hrs(**) 22 February 2013 17:30 Hrs(**) Announcement of short-listed applicants: Announcement of short-listed applicants: 22 February 2013 1March 2013

2.2 (b) (1) The applicant should have satisfactorily The applicant should have satisfactorily completed in his own name at least 01 completed in his own name at least 01 (One) work of similar nature in EPC mode (One) work of similar nature in EPC mode as described in clause 1.2, more as described in clause 1.2, of maximum specifically in clause 1.2.1 of maximum value of Rs. 525 Cr. (75% of the estimated value of Rs. 525 Cr. (75% of the estimated cost of work) OR 02 (Two) works of cost of work) OR 02 (Two) works of minimum value of Rs. 350 Cr. each (50% minimum value of Rs. 350 Cr. each (50% of the estimated value of work) OR 03 of the estimated value of work) OR 03 (Three) works of minimum value of Rs. (Three) works of minimum value of Rs. 280 Cr. each (40% of the estimated value 280 Cr. each (40% of the estimated value of the work) during the last10 (Ten)years of the work) during the last 5 (Five) years prior to the date of submission of the bid. prior to the date of submission of the bid. Works completed prior to the cutoff date Works completed prior to the cutoff date shall not be considered. shall not be considered.

2.2(b)(2) The applicant should also have The applicant should also have satisfactorily completed earth work, satisfactorily completed earth work, airfield pavement and airfield lighting airfield pavement and airfield lighting system (CAT I) including AGL system system (CAT I) including AGL system during the last five years ending 31 during the last 10 (Ten) years prior to the December 2012. However, for airfield date of submission of the bid . However, lighting system, the experience of sub- for airfield lighting system, the contractors who may be engaged will also experience of sub-contractors who may

be considered. Details in this regard need be engaged will also be considered. to be included in the proposal by the Details in this regard need to be included applicant. in the proposal by the applicant. 2.2(b),NOTES:4 4. The cutoff date shall be calculated from 4.Thecutoff date shall be calculated from the date of submission / opening of the date of submission / opening of tender i.e. for a tender which is being tender i.e. for a tender which is being opened on 14 February 2013, the cut off opened on 22 February 2013, the cutoff date shall be on 15 February 2008. The date shall be on 23 February 2003. The works completed for such tender before works completed for such tender before 15 February2008 shall not be considered. 23 February 2003 shall not be considered.

2.2 (c ) The applicant firm shall be a profit (net) The applicant firm shall be a profit (net) making firm and shall not have incurred making firm and shall not have incurred losses during the last three financial years losses in any of 3 (Three) financial years prior to submitting the RFQ. during thelast 5 (Five) financial years prior to submitting the RFQ. The applicant should submit attested The applicant should submit attested copies of auditor’s report along with copies of auditor’s report along with audited balance sheet and profit and loss audited balance sheet and profit and loss statement for the last three financial statement for the last Five financial years. years. APPENDIX - II Power of Attorney for signing of Power of Attorney for signing of Application Application

Know all men by these presents, We Know all men by these presents, We ______(name of the firm and address of the ___ (name of the firm and address of the registered office) do hereby irrevocably registered office) do hereby irrevocably constitute, nominate, appoint and constitute, nominate, appoint and authorize Mr/ Ms (name), authorize Mr/ Ms (name), ______son/daughter/wife of son/daughter/wife of ______and presently ______and presently residing at residing at ______, who is ______, who is presently employed with us/ the Lead presently employed with us/ the Lead Member of our Member of our Joint Venture / Consortia and holding the Joint Venture / Consortia and holding the position of position of ______, as our true and ______, as our true and lawful attorney (hereinafter referred to lawful attorney (hereinafter referred to as the "Attorney") to do in our name and as the "Attorney") to do in our name and on our behalf, all such acts, deeds and on our behalf, so long as he is in the

things as a re necessary or required in employment of the company a nd connection with or incidental to cessation of employment is duly notified submission of our application for pre- to the Authority in writing and Power of qualification and submission of our bid Attorney is revoked , all such acts, deeds for Detailed Design and Construction of and things as are necessary or required in Earth Work and Pavements For Runway, connection with or incidental to Basic Strips, Turning Pads, Taxiways, submission of our application for pre- Apron, Access Roads, Drainage System, qualification and submission of our bid Related Retaining Structures, Formation for Detailed Design and Construction of platforms for Landside facilities and Earth Work and Pavements For Runway, Design, Supply, Installation and Basic Strips, Turning Pads, Taxiways, commissioning of Airfield Ground Lighting Apron, Access Roads, Drainage System, system, Navigational Aids, Visual Aids for Related Retaining Structures, Formation Navigation and Bird hazard reduction platforms for Landside facilities and systemfor proposed Kannur International Design, Supply, Installation and Airport, Kerala, India under the Kannur commissioning of Airfield Ground Lighting International Airport Limited (the system, Navigational Aids, Visual Aids for "Authority") including but not limited to Navigation and Bird hazard reduction signing and submission of all applications, systemfor proposed Kannur International bids and other documents and writings, Airport, Kerala, India under the Kannur participate in Pre-Applications and other International Airport Limited (the conferences and providing information/ "Authority") including but not limited to responses to the Authority, representing signing and submission of all applications, us in all matters before the Authority, bids and other documents and writings, signing and execution of all contracts, participate in Pre-Applications and other and generally dealing with the Authority conferences and providing information/ in all matters in connection with or responses to the Authority, representing relating to or arising out of our bid for the us in all matters before the Authority, said Project and/ or upon award thereof signing and execution of all contracts, to us and/or till the entering into of the and generally dealing with the Authority Agreement with the Authority. in all matters in connection with or relating to or arising out of our bid for the AND we hereby agree to ratify and said Project and/ or upon award thereof confirm and do hereby ratify and confirm to us and/or till the entering into of the all acts, deeds and things done or caused Agreement with the Authority. to be done by our said Attorney pursuant to and in exercise of the powers AND we hereby agree to ratify and conferred by this Power of Attorney and confirm and do hereby ratify and confirm that all acts, deeds and things done by all acts, deeds and things done or caused our said Attorney in exercise of the to be done by our said Attorney pursuant powers hereby conferred shall and shall to and in exercise of the powers always be deemed to have been done by conferred by this Power of Attorney and us. that all acts, deeds and things done by our said Attorney in exercise of the IN WITNESS WHEREOF WE, powers hereby conferred shall and shall

______always be deemed to have been done by ______, THE ABOVE us. NAMEDPRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS IN WITNESS WHEREOF WE, ______DAY OF ______2013 ______, THE ABOVE NAMEDPRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS For ______DAY OF ______2013

(Signature, name, designation and address) For Witnesses: ______

1. 2. (Signature, name, designation and (Notarized) address)

Accepted Witnesses:

______1. (Signature) 2.

(Name, Title and Address of the Attorney) (Notarized)

Notes: Accepted

• The mode of execution of the ______Power of Attorney should be in (Signature) accordance with the procedure, if any, laid down by the applicable (Name, Title and Address of the Attorney) law and the charter documents of the executant(s) and when it is so Notes: required, the same should be under common seal affixed in • The mode of execution of the accordance with the required Power of Attorney should be in procedure. accordance with the procedure, if any, laid down by the applicable • Wherever required, the Applicant law and the charter documents of should submit for verification the the executant(s) and when it is so extract of the charter documents required, the same should be and documents such as a board under common seal affixed in or shareholders' resolution/ accordance with the required

power of attorney in favour of the procedure. person executing this Power of Attorney for the delegation • Wherever required, the Applicant ofpower hereunder on behalf of should submit for verification the the Applicant. extract of the charter documents and documents such as a board • For a Power of Attorney executed or shareholders' resolution/ and issued overseas, the power of attorney in favour of the document will also have to be person executing this Power of legalised by the Indian Embassy Attorney for the delegation and notarised in the jurisdiction ofpower hereunder on behalf of where the Power of Attorney is the Applicant. being issued. However, the Power of Attorney provided by • For a Power of Attorney executed Applicants from countries that and issued overseas, the have signed the Hague document will also have to be Legislation Convention 1961 are legalised by the Indian Embassy not required to be legalised by and notarised in the jurisdiction the Indian Embassy if it carries a where the Power of Attorney is conforming Appostille certificate. being issued. However, the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.