Government of India Ministry of Tourism (Overseas ...tourism.gov.in › sites › default › files...
Transcript of Government of India Ministry of Tourism (Overseas ...tourism.gov.in › sites › default › files...
1
Government of India
Ministry of Tourism
(Overseas Marketing Division)
NOTICE
No.15-OM (15) 2016 Dated: 06.08.2016
Construction of India Pavilion at the World Travel Market (WTM),
London (2016), International Tourism Bourse (ITB), Berlin (2017) and
FITUR, Madrid (2017)
The Ministry of Tourism, Govt. of India requires the services of a
professional agency with an annual turnover during the last financial year ( i.e.
2015-16) of Rs. 8.00 crore (USD 11,83,257 / Euro 10,42,481 or more, as
per official exchange rate of the Ministry of External Affairs, Govt. of India for
the month of June 2016) for construction of India Pavilion at the World Travel
Market (WTM), London (2016), International Tourism Bourse (ITB), Berlin
(2017) and FITUR, Madrid (2017).
The participating agencies must have previous experience of
conceptualizing, designing and construction of Pavilions at international
fairs/marts and exhibitions including pavilions for other countries.
The primary objective of Ministry of Tourism of participating in the
World Travel Market (WTM), London, International Tourism Bourse (ITB),
Berlin and FITUR, Madrid is to depict India as a preferred destination for
travel and tourism, and to provide a platform for the State Governments and
other stakeholders of India to showcase their tourism products.
A detailed tender document giving guidelines for submission of
tenders/bids has been posted on the official website of the Ministry of Tourism
2
www.tourism.gov.in and also on www.eprocure.gov.in and the same may be
downloaded by interested agencies for submission of their bids.
Last date for submission of tender is 1600 hrs. on 05.09.2016. In the
event of any corrigendum, the same will be issued on the above mentioned
websites.
Assistant DG (Overseas Marketing)
Tel: 011-23321380
***********
3
GOVERNMENT OF INDIA
MINISTRY OF TOURISM
(OVERSEAS MARKETING DIVISION)
TENDER DOCUMENT
TENDER NO. : 15- OM (15)/2015 Dated: 06.08.2016
Construction of India Pavilion at the World Travel Market (WTM),
London (2016), International Tourism Bourse (ITB), Berlin (2017) and
FITUR, Madrid (2017)
1. BRIEF DESCRIPTION OF THE PROJECT
The Ministry of Tourism, Government of India regularly participates in major
international Travel Fairs and Exhibitions, including the World Travel Market
(WTM), London, International Tourism Bourse (ITB), Berlin and FITUR,
Madrid.
1.1 For setting up an India Pavilion at these fairs, as listed below, the
Ministry of Tourism requires the services of a professional agency for
conceptualization, designing and construction of the India Pavilion and
providing other related ancillary services during the events (as detailed under
the Scope of Work).
(a) WTM - 2016
(b) FITUR - 2017
(c) ITB - 2017
4
1.2 The Indian Pavilion at these International Fairs should present India as a
multi-faceted destination that combines an ancient culture and heritage with a
modern, innovative and vibrant present. The pavilion should have an inviting
look and should be open with minimum barriers. The essence of a visit to the
India pavilion should be experience based and visually appealing with use of
modern technology. The aim of the India Pavilion is to give the visitor the
experience of visiting India as a tourist, focusing on its varied tourist attractions.
1.3 The India Pavilion has as co-exhibitors, Tour Operators, Travel Agents,
Hoteliers, Airlines and State Governments, who are provided space within the
Pavilion to showcase their tourism products and packages. The Pavilion will
provide each of the co-exhibitors with self contained booths of 4 sq. mtr each.
Larger spaces will be provided in multiples of 4 (i.e. 8 sq. mtr. 12 sq.mtr. and so
on). The estimated number of booths required for co-exhibitors at the above
travel fairs will be as detailed under Specifications and Requirements.
1.4 The theme for World Travel Market (WTM) London 2016,
International Tourism Bourse (ITB), Berlin 2017 and FITUR, Madrid 2017
is “Incredible India – Eternal Heritage”.
2. DETAILS OF THE PAVILIONS
Name of the Fair Location of the Fair Month of the
Fair
Area
(in Sq.m)
WTM London November 650 sq.
mtrs.
FITUR Madrid January 250 sq.
mtrs.
ITB Berlin March 705 sq.
mtrs.
5
2.1 The Areas indicated above are correct as of now and may be subject
to change, either by way of an increase or a decrease at the Ministry of
Tourism’s discretion.
3. SCOPE OF WORK
Conceptualization, designing and construction of India Pavilion and providing
other related ancillary services, as detailed in the Specifications and
Requirements in para 5 of this tender document, at the World Travel Market
(WTM), London (2016), FITUR, Madrid (2017) and the International Tourism
Bourse (ITB), Berlin (2017).
3.1 The scope of work will include providing water supply fittings in the
cafeteria and electrical fittings in the pavilion / and in all booths of co-exhibitors
as per requirements, as well as cleaning of the pavilion after completion of the
construction of the India Pavilion prior to inauguration.
3.2 The scope of work will include construction of the pavilion at site well in
time, maintenance and cleanliness activities, during the event and dismantling
of the pavilion after the event.
3.3 All the other ancillary works relating to India Pavilion like printing of
participant’s directory, providing ethnic uniforms for staff working in the India
Pavilion, providing backdrop for Press Conference organised during the event
are also included in the scope of work.
3.4 The design must be made adaptable to the booth space of India
Pavilion for all 3 events as specified above.
6
3.5 The agency will be responsible for storage and transportation of
material for the events covered in this tender.
3.6 The India Pavilion must have a fresh look at each of the listed events
and must not appear jaded or worn-out due to normal wear and tear or
damage to the material used / re-used.
4. ELIGIBILITY CRITERIA
4.1 A professional agency with a minimum annual turnover of Rs. 8.00 crore
or USD 11,83,257 or Euro 10,42,481 approx. or more during the last
financial year i.e. 2015- 2016. Kindly note that Dollar and Euro rates are as per
monthly official exchange rate of the Ministry of External Affairs, Govt. of
India for the month of June 2016 (i.e 1 US$ = Rs. 67.61 & 1 Euro = Rs.
76.74)
4.2 Previous experience of handling work of tourism related events only for
the last three years, i.e. of conceptualizing, designing and construction of
Pavilions at international travel and tourism fairs and exhibitions.
4.3 Agencies having previous experience of having designed / constructed
pavilions for other countries would be entitled to additional marks in the
technical evaluation.
5. SPECIFICATION AND REQUIREMENTS
5.1 The India Pavilion at World Travel Market (WTM) will have 45-50
individual booths of 4 sq. mtr. each for the participants and 7-8 larger booths
ranging from 12 sq. mtr. to 40 sq. mtr. for State Governments /Union Territory
Administrations participating in the Pavilion.
7
5.2 The India Pavilion at FITUR will have 20-25 individual booths of 4 sq.
mtr. each and 2-3 larger booths ranging from 8 sq. mtr. to 12 sq. mtr. for the co-
participants in the Pavilion.
5.3 The India Pavilion at International Tourism Bourse (ITB) will have 50-55
individual booths of 4 sq. mtr. each for the participants and 8-10 larger booths
ranging from 12 sq. mtr. to 40 sq. mtr. for State Governments /Union Territory
Administrations participating in the Pavilion.
5.4 The Pavilion should reflect an open and inviting look, with minimum
barriers and have a professional, business type lay out conducive for conducting
buyer–seller meetings. Material and other items used for construction of
India Pavilion should be of international standards.
5.5 The Pavilion should showcase modern India, along with elements of the
country’s heritage, architecture and luxury segments which are the USPs of
Indian tourism including effective ‘Incredible India’ branding.
5.6 There should be a dedicated activity area for cultural performances, yoga,
sari tying and mehendi demonstrations etc.
5.7 Modern technology including large video screens / walls should be
incorporated in the Pavilion. The video wall / screen should have provisions
for static displays of images for photo opportunities as well as running
loops of promotional films.
5.8 There should be easy accessibility to and within the Pavilion and visible
with double sided signages for all participants / co-exhibitors in the Pavilion.
8
5.9 The Pavilion should have:
Prominent and visible signage for the India Pavilion.
Visible and prominently located Reception area with Information
Counters.
A VIP lounge comfortable enough to hold press interviews, meetings.
Individual storage place for all participants / co-exhibitors as well as a
separate larger, covered storage area.
Designated areas for activities such as mehendi application, handicraft
display / demonstrations, cultural performances, etc.
Office space, with working desks and chairs.
A Cafeteria / Restaurant area.
A Pavilion plan display in four corners of the pavilion indicating the
placement of booths with booth numbers, for facilitating visitors and
business contacts of the co-exhibitors.
Internet connectivity and individual electrical connections.
Visible fascia for all co-participants.
Greenery / plants to be placed within the Pavilion.
5.10 Optimum use of space is to be made of the first / mezzanine floor, where
permissible, in keeping with the overall theme and décor of the Pavilion.
5.11 The Pavilion should be erected on a raised platform of 2 inches and all
images displayed will be back lit in the form of Translites.
5.12 The space earmarked for common facilities including activity area will be
restricted to 30% of the total area of the Pavilion, whereas 70% of the area of
the Pavilion will be for booths / areas for co-participants in the Pavilion.
9
5.13 The responsibility for required insurances and other formalities and
adhering to local laws and rules / regulations / requirements of the
organisers of the event would be the responsibility of the selected agency.
6. PRE-BID MEETING:
A pre- bid meeting to clarify queries regarding the tender will be held in
the Ministry of Tourism, Govt. of India, Transport Bhawan, 1 Parliament Street,
New Delhi at 11:00 hrs. on 12th August, 2016. Any person interested in
submitting bids may come for the pre-bid meeting. A record of discussion held
during the pre-bid meeting will be posted on the website of the Ministry by
17:00 hrs. on 17th August, 2016.
7. GUIDELINE FOR SUBMISSION OF TENDERS:
7.1. The tender for construction of the India Pavilion at WTM, ITB and
FITUR should be submitted in two covers as follows:
7.2 Cover-I : Superscribed “ WTM, ITB and FITUR - Technical Bid”.
To include the following documents/details:
(i) Details of the Tenderer / Bidder
Profile of the Agency / Company.
Details of Technical Manpower and Staff available in–house.
Track record–
- Details of involvement in similar events and non-tourism Fairs &
Exhibitions in the last three financial years (2013-14, 2014-15 & 2015-
10
16) only, with copies of relevant work orders in support of the details
furnished.
- Experience of setting up Pavilions / Booths / Stands at International
Tourism related Fairs / Exhibitions Events during the last three
Financial Years may be highlighted.
- Special mention may be made of Pavilions / Stands designed and
constructed in areas of 500 sq. mtr. and above accompanied by work
order clearly indicating the total area.
Awards received for Pavilions / Booths / Stands at International Fairs &
Exhibitions during the year 2013-14, 2014-15 & 2015-16. Documentary
proof and a letter on letter head of the client to be submitted.
Specific experience relating to the particular event (i.e. WTM, ITB and
FITUR), if any, in the last three financial years with copies of relevant work
orders in support of details furnished.
All bidders should submit a self undertaking that they have never been
blacklisted by any Government of India Ministry / Department / Authority /
Organisation / Agency.
Chartered Accountant statement, indicating turnover of the company during
the last financial year i.e. 2015-16. (only Chartered Accountant Statement
will be acceptable as supporting document)
Copy of Income Tax Returns to be submitted for the last three financial
years and Permanent Account Number (PAN) / Tax ID / Income Tax
Account Number as may be applicable.
(ii) The Concept / Design of the India Pavilion with detailed layout, decoration
plan, etc. in hard copy as well as on CD
(iii) EMD (Earnest Money Deposit) of Rs. 10,00,000/- (Rupee Ten Lakh
only), in the form of Account Payee Demand Draft, Fixed Deposit Receipt,
11
Banker’s Cheque or Bank Guarantee from any of the commercial bank in an
acceptable form. The bid security is to remain valid for a period of forty-five
days beyond the final bid validity period. Demand Draft / Bank Guarantee /
Fixed Deposit Receipt / Banker’s Cheque should be drawn in favour of the Pay
& Accounts Officer, Ministry of Tourism, New Delhi. The same will be
returned to the unsuccessful tenderers at the earliest after expiry of the final
tender validity and latest on or before the 30th day after the award of the work
contract.
The EMD must be submitted with the Technical Bid and not with the Financial
Bid.
7.3 Cover – 2: Superscribed “WTM, FITUR and ITB - Financial Bid”
To include the following documents / details:
(i) A Financial Bid, duly dated and clearly indicating the cost against each of
the following components, separately for WTM 2016, FITUR 2017 and ITB
2017.
(a) Construction, maintenance & dismantling of the pavilion.
(b) Decoration and Display within the pavilion.
(c) Transportation of material if any, to the site and back.
(d) Expenditure on any other activities / components including those
listed in the scope of work (these may be specified).
(e) Total per event (exclusive of taxes)
(f) Per sq. mtr. cost per event (exclusive of taxes)
(g) Taxes as applicable
(h) Total per event (inclusive of taxes)
12
(i) Grand total cost for all 3 events (exclusive of taxes)
(j) Grand total cost for all 3 events (inclusive of taxes)
(ii) The financial bids of those agencies shortlisted in the technical evaluation
will be evaluated on the basis of total cost exclusive of taxes.
(iii) The financial bid should be in Indian Rupees (INR). If, however, the
Agency has formulated costs in a currency other than Indian Rupees (INR), for
the sake of uniformity and comparison, the same may be converted to Indian
Rupees (INR) as per the official exchange rate of the Ministry of External
Affairs (MEA), Government of India for the month of June 2016. In this case,
the financial bid should be quoted both in the currency in which the bid has
been formulated and in INR as per the MEA exchange rate.
Some official MEA exchange rates for the month of June 2016 are as under:
Foreign Currency INR
For the month of June 2016
1 US Dollar 67.6100
1 Pound Sterling 97.5300
1 Euro 76.7400
1 Swiss Franc 69.4444
1 Polish Zloty 17.5439
To view the official currency exchange rates of MEA for the month of June
2016, bidders may see enclosure.
(v) The cost quoted will be firm (in the currency quoted) and fixed for the
duration of performance of the contract. At no point of time, any deviation from
13
the quoted rate (in the currency quoted) will be entertained by the Ministry of
Tourism.
(vi) The Financial Bid shall not include any conditions attached to it and any
such conditional financial proposal shall be rejected summarily.
7.4 The two sealed covers superscribed Cover I ‘Designing and
Construction of India Pavilion at WTM, FITUR and ITB - TECHNICAL
BID’ and Cover II ‘Designing and Construction of India Pavilion at WTM,
FITUR and ITB - FINANCIAL BID’ respectively should be put up in a
separate cover superscribed “TECHNICAL AND FINANCIAL BID for
WTM, FITUR and ITB” with the details of the company e.g. Full Name,
Postal Address, Fax, E-mail, Telephone number of the Tenderer on the bottom
left corner of the cover and submitted to the Assistant Director General (OM),
Room No.117, Transport Bhawan, Parliament Street, New Delhi – 110001
on or before 16:00 hrs. of 5th September, 2016.
7.5 All the documents submitted by the agencies should be signed on each
page by the authorised signatory of the company. The document should be
spiral bound, duly page numbered, and properly indexed. The agencies who do
not submit their bids in the proper format, with required documents and in the
required format will be liable for rejection.
7.6 The agencies submitting their bids should submit an undertaking to
the effect that they agree to the terms and conditions of the tender
document.
14
8. OPENING OF BIDS AND SELECTION PROCEDURE:
8.1. Technical bids will be opened in the presence of representatives of
agencies at 10:30 hrs. on 6th September, 2016 to ascertain fulfilment of
eligibility criteria and submission of required documents.
The agencies that are found to be eligible based on fulfillment of eligibility
criteria and submitted all required documents, would be called to make a
presentation before a constituted committee in the Ministry of Tourism. The
date and time would be conveyed to the eligible agencies.
The Constituted Committee will evaluate the Technical Bids of the eligible
agencies as per the following parameters / criteria and award marks accordingly.
S.No. Criteria for Evaluation Maximum
Marks
(i) Annual turnover during the FY 2015-16
05 marks
(ii) No. of Tourism related International Fairs / Exhibitions /
Events held overseas during the last three financial years
(2013-14, 2014-15 & 2015-16), in which the agency has
designed / constructed / set up Pavilions / Booths /
Stands.
(2 Marks per International Fair & Exhibition for a
maximum of 10 Marks)
10 marks
(iii) No. of International Fairs / Exhibitions / Events NOT
related to tourism held overseas in which the agency has
05 marks
15
designed / constructed / set up pavilions / Booth / Stands
during 2013-14, 2014-15 & 2015-16.
(1 Mark per International Fair & Exhibition for a
maximum of 5 Marks)
(iv) No. of Pavilions / Stands designed and constructed in
areas of 500 sq. mtr. and above in fairs / exhibitions
(tourism / non-tourism related) held overseas during
2013-14, 2014-15 & 2015-16.
(1 Mark per fair / exhibition for a maximum of 5 Marks)
05 Marks
(v) Awards received for Pavilions / Booths / Stands at events
in Sr. Nos. (ii) and (iii) above during the year 2013-14,
2014-15 & 2015-16. Documentary proof and a letter on
letter head of the client to be submitted.
(1 Mark per award for a maximum of 5 Marks)
05 marks
(vi) Concept & Design of Pavilion
25 marks
(vii) Effective Utilisation of Space including the first /
mezzanine floor
05 marks
(viii) Effective Branding in the Pavilion 05 marks
(ix) Innovative ideas and other attractions in the Pavilion
05 Marks
Total 70 Marks
8.3 Whereas, Technical Evaluation will carry a weightage of 70 marks,
financial bids will carry weightage of 30 marks. The agencies scoring 70 per
16
cent marks (49 marks) or above in Technical Evaluation shall be eligible for
opening of their financial bids.
8.4 The financial bids of only those agencies that score 70 per cent marks (49
marks) or above in Technical Evaluation will be opened in the presence of their
representatives. The date and time of opening of the financial bids will be
conveyed to the selected agencies. Financial evaluation will carry a weightage
of 30 Marks.
8.5 The agency which scores the highest aggregate marks on the basis of
technical and financial evaluation (after adding the scores from the technical
and financial evaluation) will be awarded the contract for construction of the
India Pavilion at the event.
8.6 The Financial Bid is to be submitted, based on space of 650 sq. mtr. for
the India Pavilion at WTM 2016, space of 250 sq. mtr. for the India Pavilion at
FITUR 2017, and space of 705 sq. mtr. for the India Pavilion at ITB 2017.
However, in the event of any change in the space booked for the India Pavilion
at any of the events, the total cost (exclusive of taxes) quoted by the agency
would be reduced / increased on pro-rata basis (on per sq. mtr. basis).
9. Terms of Payment: No advance payments will be made. Payment will
be made to the successful bidder as per the following schedule:
(i) Payment of 40% of the total contractual amount will be made by cheque /
bank draft / electronic transfer on timely completion of construction of the
Pavilion by the Ministry of Tourism, Government of India in New Delhi
17
(ii) Payment of 40% of the total contractual amount will be made through
cheque / bank draft / electronic transfer on completion of the Travel Mart,
dismantling the pavilion and clearing of the site, by the Ministry of Tourism,
Government of India in New Delhi.
(iii) Payment of balance 20% of the value of the contract will be made by
cheque / bank draft / electronic transfer by Ministry of Tourism in New Delhi,
after completion of the event and receipt of certification from the concerned
Overseas Office of the Ministry of Tourism that work was carried out
satisfactorily and in accordance with the terms and conditions of the Work
Order issued to the Agency.
10. ADDITIONAL INFORMATION
10.1 The Ministry of Tourism reserves the right to reject or accept any offer
without assigning any reasons whatsoever.
10.2 Incomplete and conditional bids will be rejected outright.
10.3 The Ministry of Tourism, Government of India reserves the right to
terminate the Contract in a shorter period than the one specified in this
Tender Document, by giving notice of not less than 30 days prior to
termination.
10.4 Any Displays / Translites produced for the India Pavilion at the events
will be the property of the Ministry of Tourism, Govt. of India, on
completion of the contractual period.
18
10.5 The selected service provider will ensure that the design, construction and
maintenance of the India Pavilion are in compliance with the regulations
issued by the fair / exhibition organisers including insurance as
applicable.
10.6 Before awarding the contract, the selected Agency (ies) will have to
deposit 5% of the tendered amount for all three events as Security
Deposit / Performance Guarantee in the form of Account Payee
Demand Draft / Bank Guarantee from a commercial bank in an
acceptable form. The Demand Draft / Bank Guarantee should remain
valid for a period of sixty days beyond the date of completion of all
contractual obligations of the service providers. The Security Deposit /
Bank Guarantee will be released after satisfactory completion of the
contractual obligation on part of the agency.
10.7 Validity of Tender: Tender shall remain valid for acceptance for a
period of one year from the date of opening of Tender / or till the end of
the event for which the tenders were called for, whichever is earlier.
10.8 Insurance: Insurance, including transit insurance will be arranged by the
service provider.
10.9 Liquidated Damages: In the event of service provider’s failure to
complete the work within the specified time, and as per the requirements
of standards of quality constructions, as mentioned in the tender
document, the Ministry of Tourism will recover from the service
provider, as Liquidated Damages, a sum of 10 % of the contract price for
every day’s delay. Besides, if the execution is delayed, the Ministry may
19
take action to debar the agency from participation in further tenders and /
or blacklist the agency
10.10 Termination by default: Ministry of Tourism reserves the right to
terminate the contract of any agency in case of change in the Government
procedures or for unsatisfactory services.
10.11 Risk – Purchase Clause: If the service provider, after submission of
tender and the acceptance of the same, fails to abide by the Terms and
Conditions of the tender document or fails to complete the work within the
specified time or at any time repudiates the contract, the Ministry of
Tourism will have the right to:
a) Forfeit the EMD
b) Invoke Security Deposit / Performance Bank Guarantee, debar it from
participation in further tenders, can initiate action to recover the
liquidated damage and consider black-listing of firm.
c) In case the Ministry gets the incomplete job completed through
alternative sources and if price of completing the work is higher, the
service provider shall pay the balance amount incurred by the Ministry
for completing the work, to the Ministry.
d) For all purposes, the work order accepted by the bidder and issued by
the Ministry of Tourism will be considered as the formal contract.
10.12 Force Majeure: Neither party will be liable in respect of failure to fulfil
its obligations, if the said failure is entirely due to Acts of God,
Governmental restrictions or instructions, natural calamities or
catastrophe, epidemics or disturbances in the country. If there is a delay
in performance or other failures by the service provider to perform its
20
obligation under its contract due to event of a Force Majeure, the service
provider shall not be held responsible for such delays / failures. If a Force
Majeure situation arises, the service provider shall promptly notify the
Ministry in writing of such conditions and the cause thereof providing
sufficient and satisfactory evidence immediately on occurrence of such
event. Unless otherwise directed by the Ministry in writing, the service
provider shall continue to perform its obligations under the contract as far
as reasonably practical, and shall seek all reasonable alternative means
for performance not prevented by the Force Majeure event.
10.13 Arbitration:
(a) In event of any dispute or difference between the Ministry and the
Agency, such disputes or differences shall be resolved amicably by
mutual consultation. If such resolution is not possible, then the
unresolved dispute or difference shall be referred to arbitration of the sole
arbitrator to be appointed by the Secretary, Ministry of Tourism on the
recommendation of the Secretary, Department of Legal Affairs (‘Law
Secretary’) Government of India. The provision of Arbitration and
Conciliation Act, 1996 (No. 26 of 1996) shall be applicable to the
arbitration. The Venue of such arbitration shall be at New Delhi or any
other place, as may be decided by the arbitrator. The language of
arbitration proceedings shall be English. The arbitrator shall make a
reasoned award (the “Award”), which shall be final and binding on the
Ministry and the Agency.
The cost of the arbitration shall be shared equally by both the parties to
the agreement i.e. the Ministry and the Agency (ies) and the service
21
provider. However, expenses incurred by each party in connection with
the preparation, presentation shall be borne by the party itself.
(b) Pending the submission of and / or decision on a dispute, difference or
claim or until the arbitral award is published, the Ministry and the
Agency shall continue to perform all of their obligations under this
Agreement without prejudice to a final adjustment in accordance with
such award.
10.14 Jurisdiction: The contract shall be governed by the Laws of India.
Assistant DG (Overseas Marketing)
Tel: 011-23321380
22
OFFICIAL RATE OF EXCHANGE BETWEEN INDIAN RUPEES AND
FOREIGN CURRENCIES WITH EFFECT FROM 1ST JUNE 2016
S.NO. NAME OF THE COUNTRY CURRENCY REVISED RATE
1 AFGHANISTAN AFGHANI 1.0135
2 ALGERIA # DINAR 1.6185
3 ANGOLA NEW KWANZA 2.4513
4 ARGENTINA PESO 0.2094
5 ARMENIA DRAM 7.0822
6 AUSTRIA EURO 1 (RS.) 76.7400
7 AUSTRALIA DOLLAR 0.0202
8 AZERBAIJAN MANAT 0.0223
9 BAHRAIN DINAR -----(for Rs.100)--- 0.5576
10 BANGLADESH TAKA 1.1592
11 BELARUS ROUBLE(1) 285.3128
12 BELGIUM EURO 1 (RS.) 76.7400
13 BOTSWANA # PULA 0.1648
14 BRAZIL REAL 0.0518
15 BRUNEI DOLLAR 0.0202
16 BULGARIA NEW LEV 0.0255
17 BURKINA FASO *CFA 8.5478
18 CAMBODIA RIEL 60.3076
19 CANADA DOLLAR 0.0191
20 CHILE PESO 10.2479
21 CHINA (RENMINBI) YUAN 0.0968
22 COLOMBIA PESO 44.5280
23 CONGO (DEM REP) CONGO FRANC 13.7258
24 CROATIA KUNA 0.0979
25 CUBA (i)PESO 0.3106
(II) CUC 1 (RS.) 73.0188
26 CYPRUS EURO 1 (RS.) 76.7400
27 CZECH REPUBLIC KORUNA 0.3527
28 DENMARK KRONE 0.0967
29 EGYPT POUND 0.1313
30 ETHIOPIA BIRR 0.3205
31 FIJI DOLLAR 0.0314
32 FINLAND EURO 1 (RS.) 76.7400
33 FRANCE EURO 1 (RS.) 76.7400
34 GERMANY EURO 1 (RS.) 76.7400
35 GHANA # GH cedi 1 0.0566
36 GREECE EURO 1 (RS.) 76.7400
37 GUATEMALA QUETZAL 0.1129
23
38 GUYANA DOLLAR 3.0498
39 HONGKONG DOLLAR 0.1147
40 HUNGARY FORINT 4.1119
41 ICELAND ICELANDIC KRONA 1.8255
42 INDONESIA RUPIAH 196.7534
43 IRAN RIAL 449.0904
44 IRAQ DINAR 17.7489
45 IRELAND EURO 1 (RS.) 76.7400
46 ISRAEL SHEKEL 0.0564
47 ITALY EURO 1 (RS.) 76.7400
48 IVORY COAST *CFA 8.5478
49 JAMAICA DOLLAR 1.8193
50 JAPAN YEN 1.6044
51 JORDAN DINAR 0.0105
52 KAZAKHISTAN TENGE 4.8542
53 KENYA SHILLING 1.4894
54 NORTH KOREA WON 0.0192
55 SOUTH KOREA WON 17.4486
56 KUWAIT DINAR -----(for Rs.100)-- 0.4464
57 KYRGHYZSTAN SOM 1.0115
58 LAOS NEW KIP 119.9652
59 LEBANON POUND 22.2970
60 LIBYA DINAR 0.0203
61 MADGASCAR ARIARY 46.7386
62 MALAWI KWACHA 10.3211
63 MALAYSIA RINGGIT 0.0596
64 MALDIVES RUFIYA 0.2263
65 MALI REPUBLIC *CFA Fr. 8.5478
66 MALTA EURO 1 (RS.) 76.7400
67 MAURITANIA OUGUIYA 5.2655
68 MAURITIUS RUPEE 0.5196
69 MEXICO PESO 0.2694
70 MONGOLIA TUGRIK 29.7959
71 MOROCCO DIRHAM 0.1429
72 MOZAMBIQUE METICAL 0.8135
73 MYANMAR KYAT(0) 17.3258
74 NAMIBIA DOLLAR 0.2314
75 NEPAL RUPEE 1.5812
76 NETHERLAND EURO 1 (RS.) 76.7400
77 NEW ZEALAND DOLLAR 0.0217
78 NIGERIA # NAIRA 2.9392
79 NIGER REPUBLIC *CFA Fr. 8.5478
24
80 NORWAY KRONE 0.1206
81 OMAN RIAL -----(for Rs.100)-- 0.5696
82 PAKISTAN RUPEE 1.5487
83 PANAMA BALBOA 1 (RS.) 67.6100
84 PAPUA NEW GUINEA KINA 0.0468
85 PERU NEW SOL 0.0493
86 PHILLIPINES PESO 0.6871
87 POLAND ZLOTY 0.0570
88 PORTUGAL EURO 1 (RS.) 76.7400
89 QATAR RIYAL 0.0538
90 ROMANIA NEW LEU (4) 0.0586
91 RUSSIA ROUBLE 0.9613
92 SAUDI ARABIA RIYAL 0.0555
93 SERBIA RS DINAR 1.6004
94 SENEGAL *CFA 8.5478
95 SEYCHELLES RUPEE 0.1969
96 SIERRA LEONE LEONE 58.4233
97 SINGAPORE DOLLAR 0.0202
98 SLOVAKIA EURO 1 (RS.) 76.7400
99 SLOVANIA EURO 1 (RS.) 76.7400
100 SOUTH AFRICA # RAND 0.2310
101 SPAIN EURO 1 (RS.) 76.7400
102 SRI LANKA RUPEE 2.1628
103 SUDAN SDP 0.0899
104 SURINAM SRD 0.0917
105 SWEDEN KRONA 0.1214
106 SWITZERLAND FRANC 0.0144
107 SYRIA POUND 3.2318
108 TAJIKISTAN SOMONI 0.1164
109 TANZANIA SHILLING 32.3917
110 THAILAND BAHT 0.5235
111 TRINIDAD & TOBAGO DOLLAR 0.0985
112 TUNISIA DINAR 0.0304
113 TURKEY Turkish Lira (TL) 0.0440
114 TURKMENISTAN MANAT 0.0518
115 UGANDA NEWSHILLING 49.1791
116 UAE DIRHAM 0.0543
117 U.K. POUND STG. 1 (RS.) 97.5300
118 UKRAINE HRYVNA 0.3753
119 U.S.A. DOLLAR 1 (RS.) 67.6100
120 UZBEKISTAN SUM(3) 43.1016
121 VENEZUELA BOLIVAR 0.1477
25
122 VIETNAM DONG 329.6997
123 YEMEN RIAL 3.6955
124 ZAMBIA KWACHA 0.1489
* CFA rate also applicable to Benin Dahomey, Congo, Central Africa, Gabon, Cameron,
Togo & Niger Repulic # w.r.t. Pound Sterling
26
WTM – 2016 Floor Plan
27
FITUR – 2017 Floor Plan
28
ITB – 2017 Floor Plan