UN Secretariat
Provision of Airport Ground Handling Services in support of UNSOH Request for EOI

Reference: EOIUNPD24179
Beneficiary countries or territories: Dominican Republic, Haiti
Registration level: Basic
Published on: 13-Feb-2026
Deadline on: 02-Mar-2026 23:59 (GMT -4.00)

Description
1. The United Nations Support Office in Haiti (UNSOH) intends to establish contracts with qualified provider(s) to deliver as and when required airport ground handling services in major airports of Haiti and the Dominican Republic to support UNSOH flight operations (scheduled, non scheduled, diversions, ad hoc, VIP, CASEVAC/MEDEVAC and logistics support). Services must comply with International Civil Aviation Organization (ICAO) and the International Air Transport Association (IATA) standards (including IGOM/ISAGO), host state regulatory frameworks (OFNAC – Haiti; IDAC/CESAC – Dominican Republic), and relevant UN directives and due diligence policies. 2. Contract approach & term: The anticipated contractual arrangement is a multi year 3+1+1 (initial three years with two optional one year extensions) non exclusive, all inclusive contract model. UNSOH may award by location or as a single award covering all locations; no minimum order quantities are guaranteed. 3. The Operational locations (indicative) shall be Haiti: Toussaint Louverture Intl (MTPP – Port au Prince), Cap Haïtien Intl (MTCH), and selected regional airfields (e.g., MTJA, MTJE, MTCA, MTPX) per operational need and published airport hours; and the Dominican Republic: Las Américas (MDSD – Santo Domingo), La Romana (MDLR), Puerto Plata (MDPP), Punta Cana (MDPC), Cibao/Santiago (MDST); H24 airports with ARFF categories per aerodrome. 4. The Service Provider shall provide the following services (Non-exhaustive) in accordance with international civil aviation standards, UN directives, and as requested under UNSOH Aviation operations: a) Passenger and baggage handling: check in, document verification (MOP/IDs/Passports), boarding passes, baggage tagging, manifests, escorting passengers airside/aircraft, controlled embarkation/disembarkation. b) VIP facilitation: separate check in/holding; priority baggage; compliance with national exemptions where applicable. c) Ramp & aircraft handling: marshalling, chocking/coning, wing walkers, start up assistance, towing/pushback (as applicable), FOD inspections, ramp control; d) Ground Support Equipment (GSE): provision/operation of belt loaders, K loaders, forklifts, tugs/tractors, towbars, baggage/cargo dollies, GPU, airside buses, weighing platforms, radios; maintenance & certification of GSE. e) Cargo handling: acceptance, build up/breakdown, netting, security controls, documentation (Cargo Manifests, Consignment Security Declarations), secure transport to/from aircraft, daily inventory reporting. f) Dangerous Goods: acceptance & documentation per ICAO Doc 9284 / IATA DGR (e.g., DGD, NOTOC), provision of spill kits/PPE, and trained Category 6 personnel. g) Special cargo: human remains; time/temperature sensitive medical cargo (blood/vaccines). h) Lavatory servicing & cabin grooming; aircraft disinfection (as required). i) Flight operations support: weather/NOTAM coordination, filing flight plans with ATC/briefing offices, general declarations for international sectors (as requested). j) Fees & permits coordination: liaison and payment of landing/navigation/parking/passenger/permissions/ airport fees on behalf of UNSOH where applicable. 5. These services apply to both scheduled and non-scheduled UNMHA flights, including ad-hoc missions, diversions, and special operations such as medical evacuation, VIP facilitation, and logistics support. Working hours. Services are requested during published aerodrome hours (Haiti typically 0100–1300 UTC; DR H24), with flexibility to support operational exigencies (e.g., storms, medical emergencies) including weekends/UN holidays when tasked. 6. Airframes (indicative): Rotary (e.g., S 61, Mi 8 MTV) and fixed wing (TBC), including contingent rotation flights; MTOWs and types will be advised per tasking. 7. This EOI does not constitute a solicitation. UNSOH reserves the right to change or cancel the requirement at any time during the EOI and/or solicitation process. Thus, submitting a reply to an EOI does not automatically guarantee that such a company will be considered for receipt of the solicitation when issued. INTERESTED VENDORS SHOULD NOTE THAT THE MINIMUM LEVEL FOR REGISTRATION FOR THIS TENDER IN UNGM (www.ungm.org) IS BASIC LEVEL. COMPANIES WHICH ARE NOT ACTIVELY REGISTERED IN UNGM MAY NOT BE CONSIDERED FOR THE UPCOMING TENDER. Specific Requirements/Information MANDATORY REQUIREMENTS (illustrative, further detailed at RFP stage): Participating vendors will be required to submit, upon receipt of solicitation documents the following minimum requirements and other documents, which will be elaborated in the solicitation documents: A. Host state authorization to perform ground handling or to directly coordinate with authorized handlers at each listed airport (OFNAC – Haiti, IDAC/CESAC – Dominican Republic). B. Demonstrated compliance with ICAO/IATA standards; familiarity with IGOM and ISAGO principles. C. Business registration & licensing to operate in Haiti and/or the Dominican Republic; evidence of lawful presence and ability to hire locally. D. Insurance: operations, personnel, and equipment coverage. E. Quality/Safety systems: documented OHS, Safety Management, Environmental and Waste Management plans compatible with UN DOS policies; acceptance of UN PSEA and HRDDP requirements. F. Dangerous Goods capability: availability of IATA DGR Cat. 6–trained staff and procedures. G. Experience: at least 5 years in airport ground handling/aviation services for international or humanitarian operations. H. Personnel & GSE: evidence of sufficient trained personnel and serviceable GSE across the named locations, with maintenance/certification schedules. Note: Detailed staffing matrices, KPIs/APLs, reporting requirements, and business continuity/quality control expectations will be provided in the subsequent RFP to firms shortlisted from this EOI.

Email address: joseph.mkose@un.org
Joseph Mkose, Procurement Officer