Government of India
Ministry of Tourism
(Overseas Marketing Division)
Transport Bhawan
1, Parliament Street
New Delhi - 110001
No. 15-OM(20)/17 Dated : 19.07.2017
Tender Document for Construction of India Pavilion at the World Travel Market
(WTM), London (2017), International Tourism Bourse (ITB), Berlin (2018).
DISCUSSUION HELD DURING THE PRE-BID MEETING ON 17.07.2017
A pre-bid meeting was held at 15:00 hrs on 17.07.2017 in the Ministry of Tourism (MOT),
Government of India, Transport Bhawan, 1, Parliament Street, New Delhi to clarify queries
regarding the Tender Document dated 07-07-2017 issued by the Ministry of Tourism for
Construction of the India Pavilion at the World Travel Market (WTM) London (2017),
International Tourism Bourse (ITB), Berlin (2017).
2. The following officers from the Ministry of Tourism were present to clarify points
raised :
i. Ms. Neela Lad, DDG (OM)
ii. Mr. Karan Singh, Asstt. DG. (OM)
iii. Mr. Sanjiv Vashist, Asstt. Director (OM)
3. Representatives from the following agencies attended the pre-bid meeting:
(i) M/s Incredible design
(ii) M/s Holtmann Messe + Event
(iii) M/s Sanket Communications Ltd
(iv) M/s Milton Exhibits
(v) M/s Bringing Ideas to life.
(vi) M/s Falcon business energisers
(vii) M/s Production Point
4. At the outset, it was conveyed that the objective of having a pre-bid meeting was to
clarify doubts and clear any ambiguity that agencies might have regarding the Tender
Document.
5. It was conveyed that the objective of the Ministry of Tourism (MOT) for participating
in important international travel fairs and exhibitions is to promote India as a preferred tourism
destination and to showcase varied tourism products. Further, that the India Pavilion set up by
MOT at the above mentioned international travel exhibitions also provides a platform for State
Governments / Union Territories, Tours Operators, Hoteliers etc. to showcase their tourism
products.
6. The agencies present were informed that as stated in the Tender Document, the last
date for submission of bids is 07-08-2017 (15:00 hrs) and the Technical Bids will be opened
on 07-08-2017 at 15:30 hrs. to ascertain fulfilment of eligibility criteria and submission of
required documents. It was conveyed that thereafter, agencies who are found eligible after the
initial screening of the Technical Bids will be required to make presentations on their technical
bids / design in the Ministry of Tourism. It was also conveyed that these presentations would
be organized soon after the initial opening and scrutiny of the Technical bids and that the exact
date/time for the same would be conveyed to the eligible agencies subsequently
7. The agencies were informed that while submitting their designs for the India Pavilion
at the 2 events, they would need to adapt the design as per the dimensions of the Pavilion
contained in the Tender Document for each of the 2 events.
8. It is also informed that the layout / dimensions of the India Pavilion at WTM London
(2017) and ITB Berlin (2018) have been uploaded along website of the Ministry of Tourism.
9. The representatives of the agencies present during the Pre-bid meeting were informed
that they should refer to the instructions regarding construction of pavilion at the 2 events on
the respective websites of the organizers of WTM and ITB. The design submitted should be
submitted timely and also take into account all requirements and restrictions contained in the
instructions of the organizers .
10. The agencies were advised that the India Pavilion should reflect the theme
“ Eco Tourism and Spiritual Tourism.” as indicated in the Tender Document and should also
present modern technology.
11. This Tender has also been floated by the India Tourism Offices in London and
Frankfurt for inviting bids from overseas also.
12. Based on queries raised during the meeting, the following clarifications / information
is provided:
i. Layout Plans of WTM and ITB have been uploaded on Ministry of Tourism’s website.
The same can also be obtained from the organisers of WTM and ITB.
ii. The bids have to be submitted in physical form and not online.
iii. The cost of space at Mezzanine floor will be borne by the Ministry of Tourism.
iv. The press meet is to be held in the press conference room provided by the organisers
and the seating capacity theatre style is for 200 pax approx. and banquet style for 120
pax approx for WTM and 250 pax Theatre style and 150 pax banquet style for ITB.
v. Eligibility criteria whether the company has worked for Tourism related International
event or any other international event as given in the tender is to be followed. Micro
and small enterprises (MSEs) bidders as defined in MSE procurement policy issued
by Department of (MSME) or are registered with the central purchase organisation or
the concerned Ministry or Department are exempt from depositing EMD. However
the agency has to provide a documentary evidence of the same for exemption of
EMD.
vi. As per the tender document the bids are exclusive of taxes. However, the GST and
TDs will be applicable as per the rules.
vii. As per the tender document the designated area for the activities will be developed by
the pavilion constructor and the components Yoga instructor, Henna Artists etc will
be arranged by Ministry of Tourism.
viii. The additional components beyond the tender document requested by a co-exhibitor
will be paid by the co-exhibitor directly to the company.
ix. Agencies should go through the Tender Document carefully to ensure submission of
all required documents with their bids.
x. All details regarding general instruction for construction of the India Pavilion can be
obtained from the websites of the organisers of the two travel fairs along with a clearer
layout plan. Details regarding requirements within the India pavilion including
provision for restaurant/cafeteria (area only) may be provided as per the Tender
Document.
***************
GOVERNMENT OF INDIA
MINISTRY OF TOURISM
(OVERSEAS MARKETING DIVISION)
TENDER DOCUMENT
TENDER NO.: 15-OM (17)/2017 Dated: 07th July ,2017
Construction of India Pavilion at the World Travel Market (WTM), London
(2017) and International Tourism Bourse (ITB), Berlin (2018) with the theme of
Eco Tourism and Spiritual Tourism
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 and International Tourism Bourse (ITB).
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 – 2017
(b) ITB - 2018
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 pavilion should be
experience based and visually appealing with use of various technologies. 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.
2
2. DETAILS OF THE PAVILIONS
Name of the Fair Location of the Fair Month of the Fair Area
(in Sq.m)
WTM London November 2017 650
ITB Berlin March 2018 710
2.1 The Areas indicated above are correct as of 2017 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 (2017) and the
International Tourism Bourse (ITB), Berlin (2018).
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 daily cleaning of the pavilion during the course of the
exhibition.
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 as specified above.
3.5 The agency will be responsible for storage and transportation of re-usable
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.
3
4. ELIGIBILITY CRITERIA
4.1 A professional agency with an annual turnover of Rs.8.00 crore (USD /Euro as
per official exchange rate of the Ministry of External Affairs, Govt. of India for
the month of May 2017 or more (during the last financial year i.e. 2016-17).
4.2 Previous experience of handling work of similar nature, i.e. of conceptualizing,
designing and construction of Pavilions at international fairs and exhibitions.
4.3 Preference will be given to the agencies having previous experience of having
designed / constructed pavilions for other countries.
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. This may vary depending on the registrations received.
5.2 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. This may vary depending on the registration received.
5.3 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.
5.4 The Pavilions should showcase modern India, along with elements of the
country’s heritage architecture and luxury which are the USPs of Indian tourism and
effective ‘Incredible India’ branding.
5.5 There should be a dedicated activity area for cultural performances, yoga, sari
tying and mehendi demonstrations etc.
5.6 Modern technology including large video screens/walls should be
incorporated in the Pavilion. The video wall / screen would have static displays for
photo opportunities as well as loops of promotional films.
5.7 There should be easy accessibility to and within the Pavilion and visible with
double sided signages for all participants/ co-exhibitors in the Pavilion.
4
5.8 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 with properly visible company name.
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.
5.9 Optimum use is to be made of the first / mezzanine floor, where permissible, in
keeping with the overall theme and décor of the Pavilion.
5.10 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.
5.11 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. This may change
depending on the registrations received.
5.12 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 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 1500 hrs. on 17th July 2017. 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 on 19 July 2017.
5
7. GUIDELINES FOR SUBMITTING TENDERS:
7.1. The tender for construction of the India Pavilion at WTM and ITB should
be submitted in separate covers as per following:
7.2 Cover-I : Superscribed “ WTM and ITB - 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, with copies of relevant work
orders in support of the details furnished. Experience of setting up Pavilions/
Booths/Stands at International Fairs / Exhibitions/Events as well as at International
Tourism related Fairs / Exhibitions Events during the last three years may be
highlighted with supporting documents. Special mention may be made of Pavilions
/ Stands designed and constructed in areas of 500 sq. mtr and above.
Specific experience relating to the particular event (i.e. WTM and ITB ), if any, 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. 2016-17. (only Chartered Accountant Statement will be acceptable
as supporting document)
Copy of Income Tax Returns submitted for the last three financial years and PAN
(or 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) for ₹ 10,00,000/- (Rupee Ten Lakh only) (@
2% for estimated cost of Rs. 5.00 crore for 2 fairs for 1 year), in the form of Demand
Draft drawn in favour of the Pay & Accounts Officer, Ministry of Tourism, New Delhi.
EMD 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, and ITB - Financial Bid”
6
To include the financial bids separately for WTM and ITB Pavilions containing
the following documents / details:
(i) A Financial Bid, duly dated and clearly indicating the cost against each of
the following components, separately for WTM 2017 and ITB 2018.
(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)
(i) Grand total cost for all 2 events (exclusive of taxes)
(j) Grand total cost for all 2 events (inclusive of taxes)
(ii) The financial bids 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 May 2017. 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 May 2017 are as under:
Foreign Currency INR
May 2017
1 US Dollar 65.1000
1 Pound Sterling 82.0300
1 Euro 69.4900
1 Swiss Franc 0.0154
1 Polish Zloty 0.0613
To view the official currency exchange rates of MEA for the month of May 2017,
bidders may see enclosure.
7
(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 will any deviation
from the quoted rate (in the currency quoted) 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‘WTM and ITB -TECHNICAL BID’ and
‘WTM and ITB - FINANCIAL BID’in Covers I and II respectively should be put up
in a separate cover superscribed“TECHNICAL AND FINANCIAL BID for WTM
and ITB” with the details of the company e.i. 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 7th August 1500 hrs. of 2017.
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 also mention that they agree to the
terms and conditions mentioned in the tender document.
8 OPENING OF BIDS AND SELECTION PROCEDURE:
8.1. Technical bids will be opened in the presence of representatives of agencies
submitting bids at 1530 hrs. on 07th August 2017 to ascertain fulfilment of eligibility
criteria and submission of required documents. Thereafter, a Constituted Committee
will evaluate the Technical Bids of the agencies which are found eligible after initial
scrutiny of the bids, on the basis of presentations to be made by the eligible
tenderers/agencies before the said Committee in the Ministry of Tourism. The date, time
and venue of the presentations will be conveyed to the eligible agencies who could
submit their bids in time.
8.2. The technical bids will be judged following the criteria as detailed below:
S.No. Component Marks
8
(i) Experience of setting up Pavilions/ Booths/
Stands at International Fairs / Exhibitions /
Events during last three years
5 marks
(ii) Experience of setting up Pavilions/ Booths/
Stands at International Tourism related Fairs
/ Exhibitions / Events during last three years
5 marks
(iii) Previous experience of having designed
/constructed pavilions for other countries
10 marks
(iv) Awards received for Pavilions / Booths /
Stands at events in (i) and (ii) above.
5 marks
(v) Concept & Design of Pavilion 30 marks
(vi) Effective Utilisation of Space including the first
/ mezzanine floor
5 marks
(vii) Effective Branding in the Pavilion 5 marks
(viii) Innovative ideas and other attractions in the
Pavilion
5 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 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 650sq.mtr. for the
India Pavilion at WTM 2017 and space of 710sq.mtr. for the India Pavilion at ITB
2018. 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:
9
(i) Payment of 40% of the total contractual amount will be made by electronic transfer
as per the Bank details received from the successful bidder on timely completion of
construction of the Pavilion authenticated by the concerned Overseas India Tourism
office of the Ministry of Tourism, Government of India.
(ii) Payment of 40% of the total contractual amount will be made through electronic
transfer as per the Bank details received from the successful bidder after obtaining a
certificate from the concerned Overseas Office of the Ministry of Tourism, Government
of India on completion of the Travel Mart, dismantling the pavilion and clearing of the
site.
(iii) Payment of balance 20% of the value of the contract will be made by electronic
transfer as per the Bank details received from the successful bidder, 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.
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 two 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
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 take action to debar the agency from participation
infurther 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 obligation under its contract due to event
of a Force Majeure, the service provider shall not be held responsible for such
11
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 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
OFFICIAL RATE OF EXCHANGE BETWEEN INDIAN RUPEES AND FOREIGN CURRENCIES WITH EFFECT FROM 1ST May 2017
S.NO. NAME OF THE COUNTRY CURRENCY REVISED RATE
1 AFGHANISTAN AFGHANI 1.0315
2 ALGERIA # DINAR 1.6899
3 ANGOLA NEW KWANZA 2.5486
4 ARGENTINA PESO 0.2338
5 ARMENIA DRAM 7.4810
6 AUSTRIA EURO 1 (RS.) 69.4900
7 AUSTRALIA DOLLAR 0.0201
8 AZERBAIJAN MANAT 0.0258
9 BAHRAIN DINAR -----(for Rs.100)--- 0.5791
10 BANGLADESH TAKA 1.2450
11 BELARUS ROUBLE(1) 307.5269
12 BELGIUM EURO 1 (RS.) 69.4900
13 BOTSWANA # PULA 0.1614
14 BRAZIL REAL 0.0477
15 BRUNEI DOLLAR 0.0214
16 BULGARIA NEW LEV 0.0283
17 BURKINA FASO *CFA 9.4396
18 CAMBODIA RIEL 61.4516
19 CANADA DOLLAR 0.0204
20 CHILE PESO 9.4487
21 CHINA (RENMINBI) YUAN 0.1056
22 COLOMBIA PESO 43.8627
23 CONGO (DEM REP) CONGO FRANC 21.0906
24 CROATIA KUNA 0.1073
25 CUBA (i)PESO 0.3226
(II) CUC 1 (RS.) 70.3080
26 CYPRUS EURO 1 (RS.) 69.4900
27 CZECH REPUBLIC KORUNA 0.3839
28 DENMARK KRONE 0.1070
29 EGYPT POUND 0.2781
30 ETHIOPIA BIRR 0.3516
31 FIJI DOLLAR 0.0321
32 FINLAND EURO 1 (RS.) 69.4900
33 FRANCE EURO 1 (RS.) 69.4900
34 GERMANY EURO 1 (RS.) 69.4900
35 GHANA # GH cedi 1 0.0648
36 GREECE EURO 1 (RS.) 69.4900
37 GUATEMALA QUETZAL 0.1127
38 GUYANA DOLLAR 3.1924
39 HONGKONG DOLLAR 0.1193
40 HUNGARY FORINT 4.5173
41 ICELAND ICELANDIC KRONA 1.7035
42 INDONESIA RUPIAH 204.0707
43 IRAN RIAL 498.2796
44 IRAQ DINAR 18.4332
45 IRELAND EURO 1 (RS.) 69.4900
46 ISRAEL SHEKEL 0.0561
47 ITALY EURO 1 (RS.) 69.4900
48 IVORY COAST *CFA 9.4396
49 JAMAICA DOLLAR 1.9728
50 JAPAN YEN 1.6567
51 JORDAN DINAR 0.0109
52 KAZAKHISTAN TENGE 4.7765
53 KENYA SHILLING 1.5892
54 NORTH KOREA WON 0.0200
55 SOUTH KOREA WON 17.4770
56 KUWAIT DINAR -----(for Rs.100)-- 0.4684
57 KYRGHYZSTAN SOM 1.0516
58 LAOS NEW KIP 126.1290
59 LEBANON POUND 23.2258
60 LIBYA DINAR 0.0218
61 MADGASCAR ARIARY 49.1167
62 MALAWI KWACHA 11.1554
63 MALAYSIA RINGGIT 0.0677
64 MALDIVES RUFIYA 0.2369
65 MALI REPUBLIC *CFA Fr. 9.4396
66 MALTA EURO 1 (RS.) 69.4900
67 MAURITANIA OUGUIYA 5.5219
68 MAURITIUS RUPEE 0.5427
69 MEXICO PESO 0.2852
70 MONGOLIA TUGRIK 36.9124
71 MOROCCO DIRHAM 0.1544
72 MOZAMBIQUE METICAL 1.0131
73 MYANMAR KYAT(0) 20.9094
74 NAMIBIA DOLLAR 0.2045
75 NEPAL RUPEE 1.5837
76 NETHERLAND EURO 1 (RS.) 69.4900
77 NEW ZEALAND DOLLAR 0.0217
78 NIGERIA # NAIRA 4.7034
79 NIGER REPUBLIC *CFA Fr. 9.4396
80 NORWAY KRONE 0.1312
81 OMAN RIAL -----(for Rs.100)-- 0.5916
82 PAKISTAN RUPEE 1.6111
83 PANAMA BALBOA 1 (RS.) 65.1000
84 PAPUA NEW GUINEA KINA 0.0489
85 PERU NEW SOL 0.0499
86 PHILLIPINES PESO 0.7611
87 POLAND ZLOTY 0.0613
88 PORTUGAL EURO 1 (RS.) 69.4900
89 QATAR RIYAL 0.0559
90 ROMANIA NEW LEU (4) 0.0654
91 RUSSIA ROUBLE 0.8594
92 SAUDI ARABIA RIYAL 0.0576
93 SERBIA RS DINAR 1.7829
94 SENEGAL *CFA 9.4396
95 SEYCHELLES RUPEE 0.2098
96 SIERRA LEONE LEONE 115.5914
97 SINGAPORE DOLLAR 0.0214
98 SLOVAKIA EURO 1 (RS.) 69.4900
99 SLOVANIA EURO 1 (RS.) 69.4900
100 SOUTH AFRICA # RAND 0.2044
101 SPAIN EURO 1 (RS.) 69.4900
102 SRI LANKA RUPEE 2.3341
103 SUDAN SDP 0.1027
104 SURINAM SRD 0.1159
105 SWEDEN KRONA 0.1381
106 SWITZERLAND FRANC 0.0154
107 SYRIA POUND 3.2957
108 TAJIKISTAN SOMONI 0.1304
109 TANZANIA SHILLING 34.3164
110 THAILAND BAHT 0.5263
111 TRINIDAD & TOBAGO DOLLAR 0.1036
112 TUNISIA DINAR 0.0354
113 TURKEY Turkish Lira (TL) 0.0563
114 TURKMENISTAN MANAT 0.0538
115 UGANDA NEWSHILLING 55.6068
116 UAE DIRHAM 0.0564
117 U.K. POUND STG. 1 (RS.) 82.0300
118 UKRAINE HRYVNA 0.4124
119 U.S.A. DOLLAR 1 (RS.) 65.1000
120 UZBEKISTAN SUM(3) 56.0790
121 VENEZUELA BOLIVAR 0.1560
122 VIETNAM DONG 348.7327
123 YEMEN RIAL 3.8441
124 ZAMBIA KWACHA 0.1448
Oanda website Afghanistan, Belarus, syria & tajikistan
* CFA rate also applicable to Benin Dahomey, Congo, Central Africa, Gabon, Cameron,
Togo & Niger Repulic # w.r.t. Pound Sterling
3m 3m
2m
2m
2.5m
3m 2.5m
2.5m
2.5m