TENDER PROCEDURE FOR THE RENTAL OF COMMERCIAL SPACE … · 2014. 12. 9. · Międzynarodowy Port...
Transcript of TENDER PROCEDURE FOR THE RENTAL OF COMMERCIAL SPACE … · 2014. 12. 9. · Międzynarodowy Port...
TENDER PROCEDURE FOR THE RENTAL
OF COMMERCIAL SPACE
IN THE NEW PASSENGER TERMINAL
OF JOHN PAUL II
INTERNATIONAL AIRPORT
KRAKOW -BALICE
NOVEMBER 2014
Międzynarodowy Port Lotniczy im. Jana Pawła II Kraków - Balice sp. z o.o. based in Balice (hereinafter: MPL or Organizer)
invites tenders in a tender procedure (hereinafter: Procedure) the purpose of which is to select tenants of commercial
premises located in the International Terminal (T), in accordance with the following guidelines and requirements:
I. NAME AND ADDRESS OF THE ORGANIZER
Organizer name Międzynarodowy Port Lotniczy
im. Jana Pawła II Kraków - Balice sp. z o. o.
Address ul. kpt. M. Medweckiego 1 32-
083 Balice
Phone numbers (0-12) 639 32 13
Facsimile number and e-mail address for correspondence (0-12) 411 79 77
regarding the Procedure Email: [email protected]
REGON (state statistical number) 351117055
NIP (tax identification number) 676-13-36-952
KRS (national court register number) 0000008522
Bank account PEKAO SA branch in Balice
Bank account number 79 1240 4748 1111 00 0 0 4878 9972
Procedure ref. Note: please use this reference number in correspondence to the Organizer,
indicating also the number of tender package to which a bid is made
MPL/PH/HP/620/5/14
Business hours 8 AM to 4 PM Monday to Friday except public holidays
Website www.krakowairport.pl
II. DESCRIPTION OF THE SUBJECT OF TENDER PROCEDURE
1. The procedure relates to the rental of commercial space located in the new expanded international terminal (T).
2. The Procedure is carried out in Polish.
3. Schematic location of individual commercial premises has been provided in Annex 1 to the Procedure.
4. A detailed list of the premises for rent covered by this Procedure, including the preferred type of business, has been
provided as Annex 2 to the Procedure.
5. Indication by MPL of a preferred type of business in the individual premises covered by this Procedure means that MPL
is planning to have such primary business opened at the indicated location. If no business is indicated a bidder may
submit a bid for any type of business, with the exception of "duty free" businesses, as indicated in another location.
6. A general description of "design guidelines for the execution of construction and installation works and interior design
of commercial space in the passenger terminal T4" is attached as Annex 3 to the Procedure.
7. The premises will be handed over to a tenant (ie. the Bidder with which a tenancy agreement has been concluded) in an
unfinished shell condition. The Tenant will be required to make all industry-specific designs, to make installations within
the specific premises, to carry out construction works and fit-out works, provide furniture and perform any other
necessary actions within the specific premises, at their own cost and risk, in accordance with "designer's guidelines for
the exercise of construction works, installation works and fit-out works in commercial spaces in the passenger terminal
T4" applicable to the various spaces to be made available on terms set out in Section VII, Paragraphs 2, 3 and 4 of the
Procedure.
8. Tender packages.
a. Individual premises, depending on the preferred type of business, will be rented on terms of a signed tenancy
agreement, the specimen of which is attached as Annex 4 to this Procedure, which will be made available on
terms set out in Section VII, Paragraphs 2, 3 and 4.
b. A Bidder is required to submit one separate Bid for specific premises part of a tender package indicated by MPL.
c. All tender packages have been indicated in Table 1 below.
d. MPL shall allow a situation where one Bidder submits individual Bids for several or all of the available tender
packages, and a Bid must be made for each available tender package.
e. As part of the document access request referred to in Section VII, Paragraphs 2, 3 and 4 of the Procedure, the
Bidder will receive a set of materials concerning the Procedure and Design guidelines for the premises which are
part of the specific tender package. Fee for access to documents is set out in Section VII, Paragraph 3 of the
Procedure.
Table 1 - tender packages
Tender Commercial outlets Type of primary business * Comments
Tender 1 H1 None - to be proposed by bidder Tender 2 H2 Souvenirs Tender 3 H3 Clothing, accessories Tender 4 H4 Newspapers, books, tobacco Tender 5 H5 Local/regional food products Tender 6 H6 Jewellery, sunglasses, watches Tender 7 H7 Duty Free, accessories Tender 8 H8 Duty Free, accessories Tender 9 H9 Drugstore Tender 10 H10 Grocery Tender 11 H11 None - to be proposed by bidder Tender 12 H12 None - to be proposed by bidder Tender 13 H13 Crew Shop Tender 14 H14 None - to be proposed by bidder Tender 15 H15 Newspapers, books, tobacco, gifts, accessories Tender 16 S1 None - to be proposed by bidder 4 free-standing stands
Tender 17 S2 None - to be proposed by bidder 1 free-standing stand
* MPL reserves the right to refuse authorization to sell products other than those directly related to the primary business
9. "Design guidelines for the execution of construction and installation works and interior design of commercial spaces in
the passenger terminal T4" for each of the premises covered by the individual tender packages are provided in
Annex 5, which will be made available under the conditions set out in Section VII, Paragraphs 2, 3 and 4 of the
Procedure.
III. THE COURSE OF THE PROCEDURE
The procedure consists of the following stages:
1. Bidder is provided with important documents based on a request submitted to MPL.
2. Bidder pays a deposit under the terms specified in Section V of the Procedure.
3. Answers are given to Bidders' questions regarding the individual tender packages referred to in Section II, Paragraph
8 of the Procedure. Bidders are required to submit their questions to the address [email protected]
within a non-negotiable deadline of 07 January 2015.
4. Presentation of the target infrastructure of the T4 terminal (currently the facility is under construction) will be held
on 16 December 2014 at 12:00 AM, at the head office of MPL, 2nd
floor, room 2/8.
5. Bids are made by the date specified in Section IV of the Procedure (in the case of tenders which receive similar
assessments MPL reserves the right to carry out the second stage of the procedure on the basis of negotiations with
Bidders as described in Section XI of the Procedure).
6. In the case if the second stage of the procedure is carried out, the selected Bidders are invited to negotiate
(maximum 3 Bidders).
7. In the case if the second stage of the procedure is carried out, the final bid is made by Bidder.
8. A Bidder is selected and the selection is announced.
9. Agreement with the Bidders is signed.
IV. DATE AND PLACE OF SUBMISSION OF BID
1. Bidders should submit written Bids to the head office of MPL, to the following address:
Międzynarodowy Port Lotniczy im. Jana Pawła II Kraków - Balice sp. z o.o.
ul. kpt. M. Medweckiego 1
32-083 Balice,
or in person to the Incoming Correspondence Log at the company's Office:
a. for tenders H7, H8 and H14 by 19 January 2015 till 12.00 AM,
b. for tenders H1, H2, H3, H4, H5, H6, H9, H10, H11, H12, H13, H15, S1 and S2 by 16 February 2015 till 3.00
PM,
2. Decisive for determining whether the deadline referred to in Paragraph 1 has or has not been complied with shall be
the date and time on which the Bid was received by MPL, and not the date on which the Bid was sent by mail or
courier.
3. Bids submitted after the deadline specified in Paragraph 1 will be returned unopened. MPL shall not be responsible
for the submission of a Bid at a place other than designated. Each submitted Bid will be assigned an identification
number.
4. After the expiry of deadline for submission of Bids the Bidder may not withdraw or amend the Bid.
V. DEPOSIT
2. Bidder is required to make a deposit before the expiration of deadline for submission of Bids.
3. The deposit may be made in one or more of the following forms:
a. cash,
b. bank guarantees,
c. insurance guarantees.
4. A deposit made in cash must be paid by bank transfer to the bank account of Międzynarodowy Port Lotniczy im.
Jana Pawła II Kraków - Balice sp. z o.o., kept with Bank Pekao S.A., Branch Balice, account number: 79 1240 4748
1111 0000 4878 9972. The confirmation of payment should bear the number of tender package for which the
deposit is paid (please indicate the number of tender package according to Table 1, as described in Section II,
Paragraph 8 of the Procedure).
5. In the Bid, the Bidder is required to indicate an account to which the deposit should be returned.
6. The moment MPL's account is credited with due amount will be deemed as the date of payment of deposit in cash.
Deposit must be credited to MPL's account no later than the date and time designated as the deadline for the
submission of Bids. A Bidder whose deposit is credited to MPL's account after the deadline for the submission of
Bids will be excluded from the procedure.
7. If deposit is paid in cash the Bidder will attach a confirmation of bank transfer, indicating that the payment relates
to the particular procedure.
8. If deposit is paid in the form of bank guarantees or insurance guarantees, the original of a document issued for the
benefit of MPL must be attached to the Bid.
9. Deposit must secure the Bid throughout the entire period for which the Bid is binding.
10. Deposit guarantee will be considered defective if the Guarantor has not undertaken to pay to the Beneficiary a
certain amount in the following situations:
a) The Bidder refuses to sign the agreement on terms set forth in the Bid.
b) The Bidder fails to pay a required performance bond.
Tender Deposit amount
Tender 1 H1 50.000 zł
Tender 2 H2 50.000 zł
Tender 3 H3 100.000 zł
Tender 4 H4 250.000 zł
Tender 5 H5 50.000 zł
Tender 6 H6 100.000 zł
Tender 7 H7 1.500.000 zł
Tender 8 H8 400.000 zł
Tender 9 H9 150.000 zł
Tender 10 H10 50.000 zł
Tender 11 H11 25.000 zł
Tender 12 H12 25.000 zł
Tender 13 H13 50.000 zł
Tender 14 H14 25.000 zł
Tender 15 H15 150.000 zł
Tender 16 S1 25.000 zł
Tender 17 S2 25.000 zł
Terms for the payment of deposit are as follows:
1. Deposit amount required for a specific tender package is shown in the Table 2 below:
Table 2 - deposit amounts for tender packgages
c) It becomes impossible to conclude the agreement due to reasons attributable to the Bidder.
11. Deposit shall be returned:
a) To the Bidder whose bid has been accepted, upon entering into the agreement and following the payment of
the performance bond, if required, unless the deposit is charged against the performance bond.
b) To other Bidders - upon the completion of the procedure, no later than upon expiry of the period for which
the Bid is binding.
c) To all Bidders - upon cancellation of the procedure.
d) At the written request of a Bidder who withdraws their Bid before the deadline for the submission of Bids.
e) At the written request of a Bidder who has been excluded, or whose Bid has been rejected.
f) If the procedure is closed without selecting a Bid.
12. A Bidder shall lose their deposit if:
a. They refuse to sign the agreement on terms set forth in a final bid submitted by that Bidder.
b. They fail to pay, within the time required by MPL, the required performance bond.
c. It becomes impossible to conclude the agreement due to reasons attributable to the Bidder.
VI. REQUIREMENTS FOR THE PERFORMANCE BOND
1. The performance bond is intended to cover claims arising from failure to perform or improper performance of the
agreement.
2. MPL determines the amount of the performance bond for the agreement concluded as a result of the Procedure at
six times the minimum monthly payment specified in the agreement based on the submitted bid, plus VAT.
3. The Tenant is required to pay the performance bond within 10 days from the date of signing the agreement.
4. The performance bond may be paid, at the Tenant's discretion, in one or more of the following forms:
a) Cash,
b) Bank guarantee,
c) Insurance guarantee.
5. The guarantee document must contain guarantor's clear obligation to pay the amounts due from the bond,
irrevocably and unconditionally, at MPL's first request.
The surety or guarantee must contain the following important provisions: "The subject of this guarantee/surety is the
guarantor's obligation to pay the amount
of ............................................ (in words: ................. ) as a performance bond for
the agreement, the payment of which is the obligation of ................ (name of Contractor), selected in the procedure
for ................ No. ... . ........................ (name of the Guarantor) hereby agrees to pay to
Międzynarodowy Port Lotniczy im. Jana Pawła II Kraków-Balice sp. z o.o., hereinafter referred to as the Beneficiary, the amount of
the performance bond referred to above to cover claims for non-performance or inadequate performance of the agreement. The
Guarantee is valid from the day (date of entering into the agreement) until the day (60 days after the indicated
minimum duration of the agreement). The Guarantor will pay to the Beneficiary an amount no higher than that indicated above,
upon the first written request, without the need for the Beneficiary to substantiate its request, insofar as the Beneficiary states in its
request that the claimed amount is due to the Beneficiary in connection with the occurrence of at least one of the circumstances
named in the agreement, and details the ensuing circumstances."
6. If the bond is paid in cash, MPL shall keep it in an interest-bearing bank account and shall return it with interest
arising from the agreement for the bank account in which the bond was deposited, minus account management fee
and bank's commission for the transfer of money to Tenant's bank account.
7. During the execution of the agreement the Tenant may change the form of the bond to one or more of the forms
referred to in Paragraph 4 above.
8. The form of the bond can be changed subject to continuity of the bond and without reducing its amount.
For the cash form, the bond must be paid to MPL's account No. 61 1240 4722 1111 0010 6064 1976. The bank
transfer must bear the following note: "Performance bond for agreement dated ....................... for the rental of space No. .........
"and it must contain the number of the bank account
to which the bond should be returned.
10. The moment MPL's account is credited with due amount will be deemed as the date of payment of the
performance bond in cash.
11. If a Tenant whose Bid has been selected fails to pay the performance bond within the indicated period, MPL can
choose the best out of the remaining Bids.
12. MPL shall return the performance bid no later than within 60 days from the date of return of the subject of rental.
The provisions concerning the performance bid are regulated in the content of the specimen agreement, which is
attached as Annex 4 to the Procedure.
VII. IMPORTANT DOCUMENTS FOR THE BIDDER. DOCUMENT ACCESS CHARGE
1. Bidder shall receive the following documents as part of the Procedure:
a) Bid Form - Annex 6 to the Procedure.
b) Passenger traffic forecast and passenger profile - Annex 7 to the Procedure.
c) Documents relating to the individual tender packages referred to in Section II, Paragraph 8 of the Procedure:
(i) The content of the agreement with annexes - in an electronic form, in a closed format - Annex 4 to the
Procedure,
(ii) Design guidelines for the execution of construction works, installation works and fit-out works in
commercial spaces in the passenger terminal T4 - in an electronic form, in a closed format - Annexes 3 and
5 to the Procedure.
(iii) Minimum rates of percentage share in net turnover received by the Tenant from business carried out
under the agreement to serve as base for calculating the amount of the annual commission for MPL -
Annex 9 to the Procedure
(iv) The minimum amount of annual fee as the amount guaranteed to MPL for duty free businesses
(tender No. H7 and H8) - Annex 10 to the Procedure.
2. Bidder will be able to obtain all documents involved in the Procedure personally at the office of Międzynarodowy
Port Lotniczy im. Jana Pawła II Kraków - Balice Sp. z o.o., at the address ul. kpt. M.
Medweckiego 1, 32-083 Balice (reception of the administration and technical building - BAT), from 11.00 AM to
1.00 PM, or electronically, after submitting a request for access to those documents. Bidders may submit requests
for access to the documents:
a) in writing to the address of MPL,
b) personally to MPL's Incoming Correspondence Log,
c) by fax to the following number: 0048 12 4117977,
d) by email to the following address: [email protected]
In a request, Bidder is required to provide their name, registered address, contact number/email address, tax ID
(NIP), a document confirming the Bidder is a duly established business, the name and ref. number of this
Procedure and the ref. number of tender package they are interested in.
3. Before obtaining the tender documents referred to in Paragraph 1c) above, a Bidder has to pay a non-refundable
charge in the following amount to the account of MPL:
Table 3 Documentation charges
Amount
Tender 7 1000 PLN
Other tenders; charge per each separate tender 500 PLN
In the case of several packages 2000 PLN
In the case of personal collection of documents, a Bidder is required to give prior notification to MPL of their intention
to do so, at least 3 working days before the planned collection of documents. Notifications can be made by email to the
following address: [email protected]
4. Along with a request for access to documents a Bidder is required to submit to MPL a proof of payment of charge for
those documents. A Bidder is required to make payment for access to tender documents using the following details:
Międzynarodowy Port Lotniczy im. Jana Pawła II Kraków - Balice sp. z o.o.
ul. kpt. M. Medweckiego 1,
32-083 Balice
Bank account number: 79 1240 4748 1111 0000 4878 9972
Amount:. ....................
Payment description: Charge for tender documents as part of Procedure no. MPL/PH/HP/6200/5/14 for tender package no.
VIII. FORMAL REQUIREMENTS FOR PARTICIPATIOIN IN THE PROCEDURE
1. The Procedure can be participated by Bidders who are natural persons, legal persons or organizational units
without legal personality, engaged in carrying out business.
2. A Bidder can participate in the Procedure subject to:
a) having paid a deposit in accordance with Section V of the Procedure,
b) having submitted a Bid with annexes to the Bid, on terms set out in Section IX of the Procedure.
IX. SCOPE OF THE BID AND PERIOD FOR WHICH THE BID IS BINDING
1. A Bid must be submitted in the form of a filled-out application form (in indelible ink), according to the specimen
attached as Annex 6 to this Procedure, and placed in a sealed envelope. Each page should be numbered in the
following way: "Page ... of ..."
2. As part of a Bid, a Bidder is required to submit the following documents:
a) Filled-out Bid Form in accordance with Annex 6 to the Procedure. A Bid must include:
i. Financial offer, including:
a. the net amount of annual commission from net turnover for MPL, expressed in Polish zloty (PLN),
calculated as a percentage of net turnover made by the Tenant on business carried out as part of
the agreement, broken down into:
• for a business located airside - sales to passengers departing to countries that are
members of the European Union and sales to passengers departing to countries that are
not members of the European Union;
• for a "duty free" business, additionally - the range of goods sold.
The percentage shares in the net turnover made by the Tenant on business carried out as part of
the agreement which are the basis for calculation of the annual commission for MPL may not be
lower than those indicated in the documents referred to in Section VII, Paragraph. 1c (iii).
b. the amount of the minimum annual fee as the guaranteed amount for MPL, expressed in Polish
zloty (PLN), which cannot be less than 80% of MPL's predicted net income from the forecast
commission on turnover referred to in Paragraph a.;
c. For a "duty free" business, the amount of the minimum annual fee as the guaranteed amount for
MPL cannot be less than that indicated in the documents referred to in Section VII, Paragraph 1c
(iv), business plan attached as Annex 8 to the Procedure, which will contain the forecast turnover
on the business per each calendar year of the agreement. MPL will assess the financial offer for
2016. The agreement will include the amounts of commission for MPL indicated in the business
plan for 2016, and the minimum monthly fee calculated on the basis of the annual fee indicated in
the business plan (for 2016), ie. the minimum annual fee divided by 12.
The items referred to in Paragraphs a. and b. should arise from forecasts indicated in the business plan
referred to in Paragraph c. above.
d. for the provision of the DCC (Dynamic Currency Conversion) service, presentation of the
percentage share for MPL of total revenues of the Bidder from the said service, performed as part
of the agreement.
ii. In the content of the Bid, the Bidder is required to present a Business Concept according to the items
listed in Bid Form.
iii. The Bidder is required to present the demand for warehouse space. The surface area of warehouse
space indicated by the Bidder does not have to be met by MPL - it will only serve as a tool for optimal
allocation of warehouse space for the needs of future tenants. The total warehouse space is approx.
900 m2 (including approx. 800 m2 in the airside area and approx. 100 m2 in the landside area), and it
will be put into use in January 2016.
b) current copy of the relevant register or current certificate of entry into the business register, issued not earlier
than three months before the deadline for the submission of Bids. For a Bidder that is not subject to entry into the
register, or a Bidder established outside the Republic of Poland - a copy of another relevant register or record;
c) the list of points of sale run or managed by the Bidder in the last two years before the deadline for the submission
of Bids, and if the period of running the business is shorter, in the whole such period - according to the form
attached as Annex 3 to the Bid, along with reference letters if the Bidder has any. The said list should include:
i. running or managing commercial outlets in Duty-Free type of business at international airports for at least two
years (for "Duty Free" business),
ii. running or managing commercial outlets at airports and/or in town centre commercial facilities for at least two
years (for businesses: newspapers, regional products, drugstore, grocery, souvenirs, clothing, watches).
d) written power of attorney for persons authorized to sign the Bid and make commitments on behalf of the Bidder,
if such persons are not shown in the copy of relevant register or record as persons authorized to represent the
Bidder,
e) Bidder's statement, according to the offer form attached as Annex 6 to the Procedure, saying that:
i. no bankruptcy proceeding has been initiated against the Bidder, the Bidder has not been declared
bankrupt and no liquidation proceeding has been opened for the Bidder;
ii. the Bidder is not in arrears with the payment of taxes, charges or contributions which the Bidder is
required to pay under the law;
iii. statement saying that the Bidder has not been finally convicted of a crime against the rights of persons
performing paid work, an offence against the environment, an offence of bribery or an offence against
trading, or other offence committed for financial gain, or for a tax offence or for an offence of
participation in an organized group or association aiming to commit an offence or a tax offence. For legal
entities, that requirement applies to persons serving as Bidder's officers authorized to represent the
Bidder;
iv. Bidder has the necessary knowledge and experience, as well as economic and technical capacity to
operate in the premises the rental of which is the subject of this Procedure;
v. the financial situation of the Bidder ensures that the obligations arising out of the rental of the premises
and the conclusion of the tenancy agreement are met;
f) a valid certificate issued by the competent head of the tax office confirming that the Bidder is not in arrears with
the payment of taxes, or a certificate stating that the Bidder has obtained a legal exemption or deferral of overdue
payments, or such payments have been spread into instalments, or the enforcement of a decision of a competent
authority has been cancelled in full, issued not earlier than three months before the deadline for the submission of
Bids (for Tenants submitting a joint Bid the document must be submitted by each Tenant)
g) a valid certificate issued by the competent branch of the Social Insurance Institution or the Agricultural Social
Insurance Fund confirming that the Tenant is not in arrears with the payment of contributions for health and social
insurance, or a confirmation that the Tenant has obtained a legal exemption or deferral of overdue payments, or
such payments have been spread into instalments, or the enforcement of a decision of a competent authority has
been cancelled in full, issued not earlier than three months before the deadline for the submission of Bids (for
Tenants submitting a joint Bid the document must be submitted by each Tenant)
h) valid information from the National Criminal Register issued not earlier than six months prior to the deadline for
submission of Bids (for Contractors submitting a joint Bid the document must be submitted by each Contractor);
i) Tenants carrying out business established outside the Republic of Poland: Instead of the documents referred to
in Paragraphs b), f), g) and h), a Tenant with a registered office or domicile outside the territory of the Republic of
Poland will submit a document or documents issued in the country of their registered office or domicile,
confirming, respectively, that:
i. no liquidation proceeding has been opened or bankruptcy declared against the Tenant - issued not earlier
than three months before the deadline for submission of Bids,
ii. the Tenant is not in arrears with the payment of taxes, charges or contributions to social and health
insurance, or that the Tenant has obtained a legal exemption or deferral of overdue payments, or such
payments have been spread into instalments, or the enforcement of a decision of a competent authority
has been cancelled in full, issued not earlier than three months before the deadline for the submission of
Bids,
iii. a certificate attesting the absence of any criminal record issued by the judicial or administrative authority
competent for the place of residence of the person to whom the documents relate, issued not earlier
than six months prior to the deadline for submission of Bids,
iv. If the documents referred to in Paragraphs b), f), g) and h) are not issued at the place of residence of the
person or in the country of registered seat or place of residence of the Tenant, they shall be replaced by a
document including a statement made before a notary, a competent judicial or administrative authority
or an authority of a professional or business self-regulatory body appropriate for the place of residence of
the person, or for the country in which the Tenant has its registered seat or domicile.
j) statement saying that the Bidder will be bound by the Bid for a period of six months from the expiry of the period for
submission of Bids, according to the form attached as Annex 6 to the Procedure;
k) statement, as per the form attached as Annex 6 to the Procedure, confirming that the performance of all industry-
specific designs, installations within the premises, carrying out construction works and fit-out works, providing
furniture and any other works within the premises will be made at Bidder's cost and risk, under the terms indicated
in Annex 5 to the Procedure;
l) proof of payment of the deposit;
m) statement, as per the form attached as Annex 6 to the Procedure, saying that:
i. the Bidder accepts all the terms contained in the invitation to submit requests for admittance to the
Procedure,
ii. the Bidder accepts the "Specimen of tenancy agreement" which is attached as Annex 4 to this Procedure.
The Bidder may submit its proposals for amendments to the "Specimen of tenancy agreement" but the
Bidder may not make the validity of its Bid conditional on MPL's approval of such proposals. The fact of
Bidder making the validity of its Bid conditional on MPL's approval of any amendments to the "Specimen
of tenancy agreement" proposed by the Bidder may serve as a basis for rejection of the Bid,
iii. The Bidder undertakes to start a business in the subject of the agreement by the deadline specified in
Annex 2 to the Procedure concerning the space for which the Bidder makes a Bid, provided that the
subject of the agreement is made available to the Bidder within the period specified in Annex 2 to the
Procedure concerning the space for which the Bidder makes a Bid. If the subject of the agreement is
made available at a later date, the Bidder is allowed to move the opening of the store by the same
number of extra days.
3. All the attachments listed on the Bid form must be attached to the Bid.
4. Assessment of the fulfilment of conditions for participation in the Procedure specified in Section IX, Paragraph 2
will be conducted on the basis of the content of documents and statements submitted by Bidders, according to the
formula: "fulfilled - not fulfilled".
5. Prepartion of the Bid:
a) The Bid should be submitted in a sealed envelope. The envelope should bear:
i. the subject of the procedure "Commercialization T - tender package No. ........................................ -
MPL/PH/HP/620/5/14,
ii. full name and address of the Bidder with contact details such as phone number, fax number and
email address,
iii. full name and address of the addressee, ie. the organizer of the procedure.
b) The Bid and all attachments must be in Polish and must be made in writing. The documents attached to the
Bid must be submitted in the original or in a copy certified as a true copy by the Bidder or an authorized
person,
c) The Bid must be submitted in the A4 format.
6. The Bid must be packaged in such a way that its contents can be read only after permanent, visible and destructive
opening of the package.
7. The Bid and the documents are non-returnable.
8. Bidders shall bear all costs associated with participation in the Procedure, in particular the preparation and
submission of the Bid - regardless of the outcome of the Procedure. MPL will not return any costs incurred by the
Bidder in connection with the participation in the Procedure.
9. A Bidder is bound by the Bid for 6 months from the day following the deadline for submission of Bids.
10. In justified cases - at least 3 days before the expiry of the period of being bound by the Bid - MPL may, only once,
ask Bidders for permission to extend the period by a specific time no longer than 60 days.
11. The extension of the period of being bound by the Bid is acceptable only with simultaneous extension of the
period of validity of the deposit or, should that be impossible, with bringing a new deposit for the extended period
of being bound by the Bid.
12. Bidder's refusal to grant permission referred to in Paragraph 10 shall not cause the deposit to be lost.
13. Amendments to or withdrawal from a Bid:
a) A Bidder may make amendments to or withdraw from a Bid they submitted. Amendment to or withdrawal
from a submitted Bid shall be effective only if it is made before the deadline for submission of Bids.
b) Amendments, corrections or modifications to a Bid must be submitted at the place and according to the rules
governing the submission of the Bid. Appropriately labelled envelopes (packets) containing the changes must
additionally bear the annotation “CHANGE”. When submitting multiple “CHANGES” the envelope (packet) for
each “CHANGE” should additionally bear the annotation “Change no. ...”. .................................... ".
c) A Bid that has been submitted can be withdrawn by submitting a written notification, signed by a
representative of the Bidder authorized in writing. The withdrawal must be submitted at the place and
according to the rules governing the submission of the Bid. An appropriately labelled envelope (packet)
containing the notification should additionally bear the annotation: “WITHDRAWAL”.
d) Any amendments and changes to the text of the Bid must be initialed and dated by hand by the person
signing the Bid.
14. Opening of Bids:
a) submitted as per Section IV, Paragraph 1a) will take place on 19 January 2015 at the head office of MPL;
b) submitted as per Section IV, Paragraph 1b) will take place on 17 February 2015 at the head office of MPL;
15. Immediately after opening of Bids MPL will proceed to analyse them for compliance with the terms of this
Procedure.
16. MPL is not holding a public Bid opening session.
X. EVALUATION OF BIDS
1. At the opening of Bids MPL will verify whether the Bids meet the formal requirements arising from the content of
the Procedure.
2. Bidders who provided false information or statements during the Procedure will be excluded from the Procedure.
3. Out of the Bids meeting the formal requirements MPL will select the most advantageous Bid, taking into account
the following criteria: price (weight 80%) and business concept with experience (weight 20%).
4. The price includes MPL's net income from commission indicated by the Bidder and the minimum guaranteed
annual fee.
5. The price in the Bid must be expressed in PLN, rounded to two decimal places. The price in the Bid must be a net
price.
6. Bid assessment method:
Bids will be assessed with regard to the most favourable terms offered by the Bidders, in terms of the price
criterion and the business concept criterion, respectively, in the following way:
a) As part of the price criterion a Bidder may obtain up to 80% of the final assessment. The price criterion
consists of:
i. 65% of the final assessment - MPL's forecast income (net) from the minimum annual fee in PLN, for the
period of forecast subject to assessment, ie. 2016. Points for this criterion will be calculated
according to the following formula:
C1 = (Co / Cmax) x 100 x 65%
where:
C1 - the number of points awarded to the specific Bid,
Cmax - the number of points awarded to the Bid with the highest assessment for this criterion,
out of the valid bids,
Co - the price quoted by the Bidder in the Bid, for which the result is calculated.
ii. 15% of the final assessment - MPL's forecast income (net) from the commission expressed in PLN, for
the period of forecast subject to assessment, ie. 2016. Points for this criterion will be calculated according
to the following formula:
C2 = (Co / Cmax) X 100 X 15%
where:
C2 - the number of points awarded to the specific Bid,
Cmax - the number of points awarded to the Bid with the highest assessment for this criterion, out
of the valid Bids,
Co - the price quoted by the Bidder in the Bid, for which the result is calculated.
MPL reserves the right to reject a Bid the price of which (C1 or C2) - taking as an indicator the average value of
other submitted bids or MPL's indicated estimates - is blatantly low or blatantly high.
b) As part of the business concept criterion a Bidder may obtain 20% of the final assessment. MPL will make the
assessment with respect to:
i. preliminary concept of interior design with visualization and estimated expenditures on
adaptation work,
ii. the proposed range of goods to be sold and brands to be offered, the proposed additional services
and marketing plans presented,
iii. the planned pricing policy,
iv. the planned personnel policy (employment plan, staff training plan),
v. previous experience of the Bidder.
Points for this criterion will be calculated according to the following formula:
C3 = (Co / Cmax) x 100 x 20%
where:
C3 - the number of points awarded to the specific Bid,
Cmax - the number of points awarded to the Bid with the highest assessment for this criterion,
out of the valid bids,
Co - the price quoted by the Bidder in the Bid, for which the result is calculated.
4. All calculations will be made with the accuracy of two decimal places.
5. To be recognized as the best Bid, a Bid must receive the highest number of points consisting of the sum of: C1 +
C2 + C3. In case of equal results the amount of the price will be decisive, ie. the Bid with the highest price (C1 +
C2) will be recognized as the best Bid.
6. If at least one Bid meeting the requirements of this Procedure is not submitted, MPL reserves the right to
cancel the Procedure as part of the specific tender package.
7. If the assessment of Bids brings similar results, MPL reserves the right to conduct the second stage of the
Procedure. In this case MPL will select a short list of Bidders with the best results (up to 3 Bids) to take part in
the next stage of the Procedure, ie. the negotiations described in Section XI.
8. Following the assessment of Bids, persons designated by MPL will draw up minutes from the course of the
Procedure.
9. Immediately following the selection of the best Bid MPL will summon the Bidder who submitted the Bid to
enter into an agreement. If the Bidder evades entering into an agreement, MPL may enter into an agreement
with a Bidder whose Bid was the next best, provided that the period of being bound by the Bid has not expired.
10. Immediately after selecting a Bid or closing the tender without making a selection MPL will inform Bidders
about the outcome of the tender or the closure of the Procedure without making a selection on
www.krakowairport.pl.
XI. INVITATION FOR NEGOTIATIONS AND THE SUBJECT OF NEGOTIATIONS
1. Pursuant to the provisions of Section X, Paragraph 7 MPL may invite to negotiations Tenderers (maximum 3 for
each tender package), whose Bids received the highest assessments.
2. Invitations to negotiations will be sent by email to the correspondence address indicated in the Bid, with a set
date of the negotiations not less than five days from the date of submitting the invitation.
3. It is acceptable that the date of the negotiations be postponed once, at a Bidder's request. Due to the period
of being bound with the Bid, the negotiations can be postponed by up to 7 days, with MPL's consent.
4. Failure to appear for negotiations within the prescribed period will automatically be deemed to constitute
withdrawal from the Procedure.
5. Negotiations with bidders selected on the basis of Bids will be primarily with regard to:
a) elements of business concepts presented by the Bidders,
b) proposed financial conditions.
6. After conducting the negotiations MPL shall designate a 10-day period for the submission of the final Bid as
per Annex 6 to the Procedure.
XII. RESULTS OF BIDDER SELECTION
Announcement about the selection of a Bidder with the name of the Bidder with whom a tenancy agreement will
be concluded and identification of the premises will be published on MPL's website www.krakowairport.pl
XIII. TERMS FOR SIGNING OF THE AGREEMENT
MPL offers to conclude a tenancy agreement on the following terms:
1. Architectural design will be made at tenant's expense and by his effort, in accordance with the
documentation submitted as Annex 5 to the Procedure.
2. Interior design will be made and furnishings provided for the premises at tenant's expense and by his effort,
in accordance with the documentation submitted as Annex 5 to the Procedure.
3. Maintenance and operation of the premises at the expense of the tenant.
4. The fixed charges are to be paid against an invoice, in arrears at the end of each month (the commission for
MPL or the value of the guaranteed minimum monthly amount for MPL; the guaranteed minimum monthly
amount is equivalent to 1/12 of the guaranteed minimum annual amount, as specified in Section IX,
Paragraph 2i b);
5. All utility charges are to be paid according to invoices issued for the rent of rental space;
6. Performance bond is paid as per Section VI of the Procedure;
7. Agreement for an indefinite term is signed, specifying a minimum term of the agreement, with clearly
specified premises on which the agreement can be terminated in that period.
XIV. FINAL PROVISIONS
1. MPL reserves the right to:
a) cancel the Procedure or invalidate it in whole or in part at any time, without giving any reasons and
without liability to a Bidder;
b) close the Procedure without selecting any Bid;
c) change the deadlines set in the Procedure;
d) request detailed information and explanations from Bidders at every stage of the Procedure;
e) exclusive interpretation of the provisions of the Procedure.
2. MPL may reject any Bid which it considers incompatible with the functional concept of John Paul II
International Airport Krakow-Balice.In particular, the absence of any of the documents described in Section V
or Section VI of this Procedure, or their incompleteness - both substantive and formal, as well as their non-
compliance with this Procedure may result in rejection of the Bid.
3. MPL's contact person for Bidders is Ms. Renata Igielska, email: [email protected]
4. MPL indicates that all correspondence concerning, in particular, the statements, requests, notifications,
questions and information submitted will be transmitted via email.
5. Correspondence sent by MPL and Bidders via email shall be deemed to have been submitted within a
deadline if its content reached the addressee before the expiry of that deadline. Upon request of the other Party
each of the Parties will immediately confirm the receipt of such correspondence.
6. The successful Tenant will be informed of the selection of his Bid in an electronic form, to the email address
specified in the Bid.
7. Results of the Procedure will be posted on www.krakowairport.pl
8. Bidders selected in the Procedure are required to forward completed and signed copies of the agreement on
the date prescribed by MPL, but not later than 14 days after the receipt of a filled-out agreement to the indicated
email address. If signed copies of the agreement are not forwarded within the prescribed deadline, MPL can reject
the Bid selected in the Procedure and sign an agreement with the Bidder whose Bid came second in MPL's
assessment.
9. The Bidder selected in the Procedure is required to start operations within the period specified in Annex 2 to
the Procedure concerning the space for which the Bidder made a Bid, provided that the subject of the agreement
was made available to the Bidder within the period specified in Annex 2 to the Procedure concerning the space for
which the Bidder made a Bid. If the subject of the agreement is made available at a later date, the Bidder is
allowed to move the date of starting operations by the same number of extra days.
10. MPL reserves the right to change the terms of this Procedure, as well as to close the Procedure without
selecting any of the Bids at any time, without giving any reason.
11. Where MPL considers it important to change the terms of this Procedure, MPL may extend the deadline for
the submission of Bids.
Annexes to the Procedure:
Annex 1: Schematic location of individual commercial premises to be rented out.
Annex 2: Detailed list of premises and preferred types of business.
Annex 3: General description of design guidelines for the execution of construction and
installation works and interior design of commercial spaces in the passenger terminal T4.
Annex 4: Specimen of tenancy agreement.
Annex 5: Design guidelines for the execution of construction works, installation works and fit-out works in commercial spaces in the
passenger terminal T4, for the individual premises, made available in the part concerting the indicated tender package.
Annex 6: Bid Form
Annex 7: Passenger traffic and passenger profile
Annex 8: Business plan depending on the tender package
Annex 9: Minimum rates of percentage share in net turnover
Annex 10: Minimum amount of annual fee as the amount guaranteed to MPL for duty free businesses
Annex 1: Schematic location of individual commercial premises to be rented out in the new
expanded passenger terminal
LEVEL+ 1
COMMERCIAL SPACE
MOVEMENT OF DEPARTING PASSENGERS
MOVEMENT OF ARRIVING PASSENGERS
AIRSIDE/LANDSIDE BORDER
LEVEL 0
Annex 2 List of commercial premises:
Area Floor surface
(m2)
Primary business Remarks the
whole store
consists of
smaller areas
(m2)
Planned date of
making the subject
of rental available
for adaptation
Planned opening
date
Airside
H1 80 None - to be proposed by bidder OCTOBER 2015 JANUARY 2016
H2 84 Gifts and souvenirs OCTOBER 2015 JANUARY 2016
H3 94 Clothing and accessories OCTOBER 2015 JANUARY 2016
H4 267 Newspapers, books and tobacco AUGUST 2015 NOVEMBER 2015
H5 57,5 Regional food products AUGUST 2015 NOVEMBER 2015
H6 57,5 Watches, jewellery, sunglasses AUGUST 2015 NOVEMBER 2015
H7 504 Duty free
(Alcohol, tobacco, perfume, cosmetics) +
accompanying products
99 AUGUST 2015 NOVEMBER 2015
103 APRIL 2015 JULY 2015 (the need to
section off a separate
escape passage, width 2
m, until 31 October 2015)
102 APRIL 2015 JULY 2015
102 APRIL 2015 JULY 2015
98 APRIL 2015 JULY 2015
H8 65 Duty free
(Alcohol, tobacco, perfume, cosmetics) +
accompanying products
APRIL 2015 JULY 2015
S1 4 None - to be proposed by bidder NOVEMBER 2015 JANUARY 2016
Landside
H9 93 Drugstore NOVEMBER 2015 JANUARY 2016
H10 91 Grocery 22 APRIL 2015 JULY 2015
30 NOVEMBER 2015 JANUARY 2016
13 NOVEMBER 2015 JANUARY 2016
13 NOVEMBER 2015 JANUARY 2016
13 NOVEMBER 2015 JANUARY 2016
H11 33 None - to be proposed by bidder NOVEMBER 2015 JANUARY 2016
H12 33 None - to be proposed by bidder NOVEMBER 2015 JANUARY 2016
H13 37,2 Crew shop NOVEMBER 2015 JANUARY 2016
H14 54 None - to be proposed by bidder APRIL 2015 JULY 2015
H15 110 Newspapers, books, tobacco, souvenirs, gifts,
accessories
NOVEMBER 2015 JANUARY 2016
S2 4 None - to be proposed by bidder APRIL 2015 JULY 2015
Annex 3 to the Procedure
General description of design guidelines for the execution of construction and installation works and interior
design of commercial spaces in the passenger terminal T4.
Annex 4 to the Procedure
Specimen of tenancy agreement.
Annex 5 to the Procedure
Design guidelines for the execution of construction works, installation works and fit-out works in commercial
spaces in the passenger terminal T4, for the individual premises, made available in the part concerting the
indicated tender package.
Annex 6 to the Procedure - Bid Form
BID BIDDER NAME:
BIDDER ADDRESS: E-MAIL FOR THE EXCHANGE OF CORRESPONDENCE:
TELEPHONE: PERSON REPRESENTING THE BIDDER IN THE
BIDDING PROCEDURE:
INDICATION OF TENDER PACKAGE THE BID APPLIES TO: FINANCIAL OFFER
1. PLN value of the annual net commission from net turnover, due to MPL for 2016, as proposed
in the business plan attached as Annex 7 to the Procedure, expressed as the equivalent of a
percentage share in the net turnover made by the Tenant on the business carried out as part of
the agreement:
PLN
2. minimum annual fee expressed in PLN as a guaranteed amount - the amount may not be less
than 80% of MPL's expected net revenues from the forecast commission on turnover in the
business plan attached as Annex 7 to the Procedure:
PLN
3. proposed commission expressed in %:
a. on net turnover depending on the tender package, including:
• division into product range,
• division depending on the direction of sales (EU, Non-EU)
b. where the DCC service (Dynamic Currency Conversion) is introduced - the percentage share
of the total revenues of the Tenant from that service performed as part of the agreement
due to MPL
....%
.... %
.... %
.... %
....%
.... %
.... %
.... %
BUSINESS CONCEPT - description:
a. preliminary concept of interior arrangement and design with visualization and estimated expenditures on adaptation work
b. proposed product range to be sold, offered brands, proposed additional services and marketing plans
c. pricing policy
d. personnel policy (employment plan, staff training plan)
e. previous experience, list of facilities, letters of reference, photos
BIDDER'S STATEMENTS
STATEMENT
In accordance with the terms of the Bidding Procedure for commercial spaces in the new passenger terminal at
Międzynarodowy Port Lotniczy im. Jana Pawła II Kraków-Balice Sp. z o.o. filed under ref. No. MPL/PH/HP/620/3/14, submitting
a Bid as part of the Procedure,
I/WE (first and last name) the undersigned:
representing company (company name and address):
hereby declare that:
1. no bankruptcy proceeding has been initiated against me, I have not been declared bankrupt and no liquidation
proceeding has been opened for me;
2. I am not in arrears with the payment of taxes, charges or contributions which I am required to pay under the law;
3. I have not been finally convicted of a crime against the rights of persons performing paid work, an offence against the
environment, an offence of bribery or an offence against trading, or other offence committed for financial gain, or for a
tax offence or for an offence of participation in an organized group or association aiming to commit an offence or a tax
offence.
4. I have the necessary knowledge and experience, as well as economic and technical capacity to operate in the premises
the rental of which is the subject of this Procedure;
5. my financial situation ensures that the obligations arising out of the rental of the premises and the conclusion of the
rental agreement are met;
6. I will be bound by the bid for a period of six months from the date of submission of my Bid;
7. I confirm that the performance of industry-specific designs, all installations within the premises, carrying out construction
works and fit-out works, providing furniture and any other works within the premises will be made at my cost and risk,
under the terms indicated in Annex 5 to the Procedure;
8. I accept all the conditions contained in the Bidding Procedure (ref. No.: MPL/PH/HP/620/3/14);
9. I accept the specimen of the tenancy agreement, tenant's manual, design guidelines for the execution of construction and
installation works and interior design of commercial spaces in the passenger terminal T4 for the specific premises;
10. I undertake to start operations within (enter the number of months which is specified for the given tender package, ie. H1,
H2, H3, H9, H10, H11, H12, H13, H15, S1 - two months; H4,
HH5, H6, H7, H8, H14, S2 - three months) ....................... months from the date on which the subject of the Agreement is made
available, and if
a part of the terminal in which the subject of the agreement is located is not put to the use of passengers on that date -
then I undertake to start operations no later than on the date on which that part is put to the use of passengers.
Signature/Signatures
(first and last name, signature, stamp)
Bidder's expectations regarding warehouse space
Area: ..... m2
ANNEX 1 to the Bid - current copy of the relevant register or current certificate of entry into the business register
ANNEX 2 to the Bid - written powers of attorney for persons authorized to sign the Bid and make commitments on behalf of
the Bidder, if such persons are not shown in the copy of relevant register or record as persons authorized to represent the
Bidder
ANNEX 3 to the Bid - a valid certificate issued by the competent head of the tax office confirming that the Bidder is not in
arrears with the payment of taxes, or a certificate stating that the Bidder has obtained a legal exemption or deferral of
overdue payments, or such payments have been spread into instalments, or the enforcement of a decision of a competent
authority has been cancelled in full
ANNEX 4 to the Bid - a valid certificate issued by the competent branch of the Social Insurance Institution or the Agricultural
Social Insurance Fund confirming that the Tenant is not in arrears with the payment of contributions for health and social
insurance, or a confirmation that the Tenant has obtained a legal exemption or deferral of overdue payments, or such
payments have been spread into instalments, or the enforcement of a decision of a competent authority has been cancelled in
full
ANNEX 5 to the Bid - valid information from the National Criminal Register
ANNEX 6 to the Bid - Deposit - confirmation of payment or original bank guarantee or insurance guarantee
ANNEX 7 to the Bid - Proposed changes to the agreement
ANNEX 8 to the Bid - Business plan depending on the tender package, as per the specimen attached as Annex 8 to the
Procedure
Annex 7 to the Procedure - Passenger traffic forecast
MPL shall not be liable for any differences between the forecasts of passenger traffic presented below, or regarding
combinations of passenger types in any period of time, and the actual air traffic at John Paul II International Airport
Krakow - Balice.
2014 2015 2016 2017 2018 2019 2020 2021 2022
Pessimistic
Schengen 2 542 787 2 622 090 2 77 0 3 20 2 883 571 2 961 166 3 041 730 3 123 986 3 209 660 3 298 356
Non-Schengen 1 205 893 1 243 501 1 313 798 1 367 506 1 404305 1 442 512 1 481 521 1 522 151 1 564 214
Total 3 748 680 3 865 591 4 084 118 4 251 078 4 3 6 5 471 4 484 242 4 605 507 4 731 811 4862569
Base
Schengen 2 552 962 2 674 989 2 840 553 2 973 498 3 071 953 3 170 481 3 271 783 3 377 651 3 487 769
Non-Schengen 1 210 718 1 268 588 1 347 105 1 410 153 1 456 845 1 503 570 1 551 612 1 601 819 1 654 041
Total 3763 680 3 943 578 4 187 658 4 383 651 4 528 798 4 674 051 4 823 395 4 979 470 5 141 811
Optimistic
Schengen 2 573 312 2 750 469 2 919 416 3 074 458 3 196 564 3 312 627 3 432 603 3 558 360 3 689 671
Non-Schengen 1 220 368 1 304 384 1 384 505 1 458 032 1 515 940 1 57 0 9 82 1 627 879 1 687 518 1 749 791
Total 3793 680 4 054 853 4 303 922 4 532 490 4 712 504 4 883 609 5 060 482 5 245 878 5 439 463
Table 2 Forecast number of passengers travelling to EU/outside EU
2014 2015 2016 2017 2018 2019 2020 2021 2022
Pessimistic
EU 3 041 599 3 136 457 3 313 766 3 449 233 3 542 049 3 638 418 3 736 810 3 839 290 3 945 385
Non-EU 707 081 729 133 77 0 352 801 844 823 421 845 824 868 697 892 521 917 185
Total 3 748 680 3 865 591 4 084 118 4 251 078 4 3 6 5 471 4 484 242 4 605 507 4 731 811 4862569
Base
EU 3 053769 3 199 735 3 3 9 7 776 3 556 800 3 674 570 3 792 425 3 913 600 4 040 236 4 171 955
Non-EU 709 911 743 843 789 882 826 850 854 228 881 626 909 796 939 235 969 856
Total 3 763 680 3 943 578 4 187 658 4 383 651 4 528 798 4 674 051 4 823 395 4 979 470 5 141 811
Optimistic
EU 3 078 111 3 290 021 3 492 110 3 677 565 3 823 625 3 962 456 4 105 967 4 256 393 4 413 463
Non-EU 715 569 764 832 811 812 854 925 888 879 921 153 954 515 989 485 1 025 999
Total 3 793 680 4 054 853 4 303 922 4 532 490 4 712 504 4 883 609 5 060 482 5 245 878 5 439 463
Table 1. Forecast number of passengers travelling to Schengen zone/outside Schengen zone
Passenger profile
Listed below are the characteristics of Krakow Airport passenger profile which are particularly important from the point of
view of commercial activity.
Table 3: Passengers by nationality (for 2013)
Nationality Share
Polish 47.7%
English 17.0%
Norwegian 4.2%
German 4.0%
Italian 4.0%
Irish 3.6%
Spanish 2.7%
American 2.1%
French 1.9%
Swedish 1.9%
Scottish 1.8%
Other 8.1%
Table 4. Passengers by purpose of travel (for 2013)
Purpose of travel Share
Tourism 32.1%
Business 29.9%
Visiting family & friends 29.3%
Work (long stay) 5.3%
Other 3.0%
Healthcare tourism 0.3%
Religious 0.1%
LOT 7.7%
Norwegian 7.3%
Air Berlin 3.5%
Eurolot 3.0%
Austrian 1.6%
Aeroflot 0.9%
Alitalia 0.8%
Finnair 0.8%
Jet2.Com 0.7%
Germanwings 0.4%
Brussels Airlines 0.4%
Vueling 0.2%
Regular carriers % share in total traffic
Ryanair 43.6%
Easyjet 13.2%
Lufthansa 11.8%
Table 5. Passengers by carrier (for the period: 11.2013 -10.2014)
Table 6. Passengers departing to EU/non-EU destinations (for the period: 09.2013 - 08.2014)
Departing passengers
EU Non-EU Total
Volume 1 468 720 338 650 1 807 370
Share 81% 19% 100%
The breakdown by the "EU/non-EU destination" criterion shows that 19% of passengers travelling from Krakow Airport ultimately go
to a destination outside the EU, and 81% passengers travel within the EU. This information includes not only passengers of direct
flights from Krakow Airport outside the EU, but also those who initially travel within the EU and then transfer to a flight outside the
EU, so they are potentially eligible for duty-free shopping.
Annex 8 to the Procedure - SPECIMEN OF A SIMPLIFIED BUSINESS PLAN:
DUTY FREE - TENDERS NO. 7 and 8
FORECAST OF NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020 2021 2022
TOBACCO PRODUCTS ALCOHOL PRODUCTS
COSMETICS AND PERFUMERY OTHER
TOTAL TURNOVER FORECAST
FORECAST OF NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020 2021 2022
TOBACCO PRODUCTS ALCOHOL PRODUCTS
COSMETICS AND PERFUMERY OTHER
TOTAL TURNOVER FORECAST
PROPOSED COMMISSION ON NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT
RANGE, EXPRESSED IN %
2016 - 2022
TOBACCO PRODUCTS no less than * ALCOHOL PRODUCTS no less than *
COSMETICS AND PERFUMERY no less than * OTHER no less than *
PROPOSED COMMISSION ON NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE,
EXPRESSED IN %
2016 - 2022
TOBACCO PRODUCTS no less than * ALCOHOL PRODUCTS no less than *
COSMETICS AND PERFUMERY no less than * OTHER no less than *
FORECAST OF REVENUE DUE TO MPL FROM THE COMMISSION ON NET TURNOVER, IN PLN
2016 2017 2018 2019 2020 2021 2022
SALES WITHIN THE EUROPEAN UNION SALES OUTSIDE THE EUROPEAN UNION
TOTAL FORECAST OF MPL REVENUE **
PROPOSED MINIMUM GUARANTEED AMOUNT
2016 - 2022
EXPRESSED IN % (NOT LESS THAN 80% OF THE FORECAST MPL REVENUE FROM THE
COMMISSION)
FORECAST OF REVENUE DUE TO MPL FROM THE MINIMUM GUARANTEED AMOUNT, EXPRESSED IN PLN
2016 2017 2018 2019 2020 2021 2022
TOTAL FORECAST OF REVENUE DUE TO MPL
FROM THE MINIMUM GUARANTEED AMOUNT ***
* SPECIFIED VALUE IN ANNEX 9 TO THE PROCEDURE
** THE VALUE SUBJECT TO ASSESSMENT
*** THE VALUE SUBJECT TO ASSESSMENT
TENDER PACKAGE NO. 4
FORECAST OF NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020
TOBACCO PRODUCTS OTHER
TOTAL TURNOVER FORECAST
FORECAST OF NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020
TOBACCO PRODUCTS OTHER
TOTAL TURNOVER FORECAST
PROPOSED COMMISSION ON NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT
RANGE, EXPRESSED IN %
2016 - 2020
TOBACCO PRODUCTS no less than 1 OTHER
PROPOSED COMMISSION ON NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE,
EXPRESSED IN %
2016 - 2020
TOBACCO PRODUCTS no less than * OTHER
FORECAST OF REVENUE DUE TO MPL FROM THE COMMISSION ON NET TURNOVER, IN PLN
2016 2017 2018 2019 2020
SALES WITHIN THE EUROPEAN UNION SALES OUTSIDE THE EUROPEAN UNION
TOTAL FORECAST OF MPL REVENUE **
PROPOSED MINIMUM GUARANTEED AMOUNT
2016 - 2020
EXPRESSED IN % (NOT LESS THAN 80% OF THE FORECAST MPL REVENUE FROM THE
COMMISSION)
FORECAST OF REVENUE DUE TO MPL FROM THE MINIMUM GUARANTEED AMOUNT, EXPRESSED IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF REVENUE DUE TO MPL FROM THE
MINIMUM GUARANTEED AMOUNT
***
* SPECIFIED VALUE IN ANNEX 9 TO THE PROCEDURE
** THE VALUE SUBJECT TO ASSESSMENT
*** THE VALUE SUBJECT TO ASSESSMENT
TENDER PACKAGE NO. 1, 2, 3, 5, 6, 16
FORECAST OF NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020
PRODUCTS .................. PRODUCTS ..................
TOTAL TURNOVER FORECAST
FORECAST OF NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020
PRODUCTS .................. PRODUCTS ..................
TOTAL TURNOVER FORECAST
PROPOSED COMMISSION ON NET TURNOVER WITHIN THE EUROPEAN UNION BY PRODUCT
RANGE, EXPRESSED IN %
2016 - 2020
PRODUCTS .................. no less than... * PRODUCTS .................. no less than... *
PROPOSED COMMISSION ON NET TURNOVER OUTSIDE THE EUROPEAN UNION BY PRODUCT RANGE,
EXPRESSED IN %
2016 - 2020
PRODUCTS .................. no less than... * PRODUCTS .................. no less than... *
FORECAST OF REVENUE DUE TO MPL FROM THE COMMISSION ON NET TURNOVER, IN PLN
2016 2017 2018 2019 2020
SALES WITHIN THE EUROPEAN UNION SALES OUTSIDE THE EUROPEAN UNION
TOTAL FORECAST OF MPL REVENUE **
PROPOSED MINIMUM GUARANTEED AMOUNT
2016 - 2020
EXPRESSED IN % (NOT LESS THAN 80% OF THE FORECAST MPL REVENUE FROM THE
COMMISSION)
FORECAST OF REVENUE DUE TO MPL FROM THE MINIMUM GUARANTEED AMOUNT, EXPRESSED IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF REVENUE DUE TO MPL FROM THE
MINIMUM GUARANTEED AMOUNT
***
* SPECIFIED VALUE IN ANNEX 9 TO THE PROCEDURE
** THE VALUE SUBJECT TO ASSESSMENT
*** THE VALUE SUBJECT TO ASSESSMENT
TENDER PACKAGE NO. 9, 10, 11, 12, 13, 14, 17
FORECAST OF NET TURNOVER BY PRODUCT RANGE, EXPRESSED IN PLN
2016 2017 2018 2019 2020
TOTAL TURNOVER FORECAST
PROPOSED COMMISSION ON NET TURNOVER 2016 - 2020
EXPRESSED IN % no less than*
FORECAST OF REVENUE DUE TO MPL FROM THE COMMISSION ON NET TURNOVER, IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF MPL REVENUE **
PROPOSED MINIMUM GUARANTEED AMOUNT
EXPRESSED IN % (NO LESS THAN 80% OF THE FORECAST MPL REVENUE FROM THE
COMMISSION)
FORECAST OF REVENUE DUE TO MPL FROM THE MINIMUM GUARANTEED AMOUNT, EXPRESSED IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF REVENUE DUE TO MPL FROM THE
MINIMUM GUARANTEED AMOUNT ***
* SPECIFIED VALUE IN ANNEX 9 TO THE PROCEDURE
** THE VALUE SUBJECT TO ASSESSMENT
*** THE VALUE SUBJECT TO ASSESSMENT
TENDER PACKAGE NO. 15
FORECAST OF NET TURNOVER BY PRODUCT RANGE, EXPRESSED IN PLN
TYPE OF PRODUCT RANGE 2016 2017 2018 2019 2020
TOBACCO PRODUCTS OTHER
TOTAL TURNOVER FORECAST
PROPOSED COMMISSION ON NET TURNOVER BY PRODUCT RANGE, EXPRESSED IN %
2016 - 2020
TOBACCO PRODUCTS no less than... * OTHER no less than *
FORECAST OF REVENUE DUE TO MPL FROM THE COMMISSION ON NET TURNOVER, IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF MPL REVENUE **
PROPOSED MINIMUM GUARANTEED AMOUNT
2016 - 2020
EXPRESSED IN % (NOT LESS THAN 80% OF THE FORECAST MPL REVENUE FROM THE
COMMISSION)
FORECAST OF REVENUE DUE TO MPL FROM THE MINIMUM GUARANTEED AMOUNT, EXPRESSED IN PLN
2016 2017 2018 2019 2020
TOTAL FORECAST OF REVENUE DUE TO MPL FROM THE
MINIMUM GUARANTEED AMOUNT ***
* SPECIFIED VALUE IN ANNEX 9 TO THE PROCEDURE
** THE VALUE SUBJECT TO ASSESSMENT
*** THE VALUE SUBJECT TO ASSESSMENT