TAMIL NADU SALT CORPORATION LIMITED LLA BUILDING 4th Floor, 735, ANNA SALAI, – 600 002. AN ISO 9001:2008 COMPANY

TENDER DOCUMENT

Tender No : 14/FS/2018

Tender Work : Manufacturing, Packing and supply Crystal Iodised salt and Refined Free Flow Iodised Salt in 1Kg pouches as per PFA/FSS Act and delivering to godowns in , for the year 2018-2019

Last date and time : 28.3.2018 at 11.00 A.M For receipt of sealed should be sent through Speed Post/ tender RPAD/Courier or in person.

..2..

CONTENTS OF TENDER DOCUMENT

PART ‘A’

A. TECHNICAL BID : The following Section 1 to IX are part and parcel of the Part-A Technical Bid and each and every page has to be signed in token

SECTION – I : PART-A TECHNICAL BID

SECTION-II : ESSENTIAL PRE-REQUISITE QUALIFICATIONS REQUIRED TO CONSIDER TECHNICAL BID

SECTION –III : DECLARATION BY THE TENDERER

SECTION –IV : EARNEST MONEY DEPOSIT (EMD)

SECTION –V : CHECK LIST

SECTION-VI : REJECTION OF TENDERS

SECTION –VII : INSTRUCTIONS TO TENDERERS

SECTION-VIII : SPECIFICATION OF REFINED FREE FLOW IODISED SALT

SECTION-IX : DECLARATION OF PRODUCTION CAPACITY

PART ‘B’

B. PRICE BID

SECTION –X : PART-B PRICE BID I ,II,

..3.. TENDER DOCUMENT NO.14/FS/2018

1. Name of the Tender : Tender for manufacturing, packing and supply of Crystal Iodised Salt and Refined Free Flow Iodised Salt in 1Kg pouches as per PFA standard and for delivery to co-operative/TNCSC or private/ designated godowns in Tamil Nadu for the year 2018- 2019 2. Last date & time for receipt : 11.00 A.M. on 28.3.2018 of sealed Tender Tender document should be sent through RPAD/Speed Post/Courier or in person.

3. Date of Opening of Tender : 11.30 A.M on 28.3.2018 Bid If the last date for receiving and opening the tender happens to be declared holiday then the tender will be received and opened on the next working day. 4. Earnest Money Deposit : Rs. 1,00,000/-

5. Tender outer cover should be : The Managing Director . Addressed to Tamil Nadu Salt Corporation Limited, 4th Floor, LLA Building, 735,Anna Salai, Chennai – 600 002.

6. Submission of Tender : Under Two Part system

7. (i) Clarification to be sought for : The General Manager , From with a copy addressed Tamil Nadu Salt Corporation Limited, To the other 4th Floor, LLA Building, 735,Anna Salai, Chennai – 600 002. Phone No: 044-28522708 (or) The Project Manager, Mariyur Valinokkam Salt Complex, Valinokkam (via) Ramnad District Pin Code – 623 528 Phone No.04576 262224 or 262227

8. Place at which tenders will be : Tamil Nadu Salt Corporation Limited, Opened at 4th Floor, LLA Building, 735, Anna Salai, Chennai – 600 002.

Signature of the Tenderer

..4..

9. Cost of Tender Document : Rs. 600 /- (Non-Refundable)

NOTE:

1. The tender documents shall be supplied to the intending tenderer after collecting the payment prescribed by the competent authority.

2. The tender documents can also be downloaded from Tamil Nadu Salt Corporation Limited website (www.tnsalt.com) at free of cost.

3. The Demand Draft/Bankers Cheque towards the cost of tender documents shall be drawn in favour of Tamil Nadu Salt Corporation Limited payable at Chennai.

Signature of the Tenderer

..5..

Issued to: M/s. Cost of Tender Form Rs.600/- (inclusive of taxes)

Issuing Authority

Non-refundable Non - Transferable

TAMIL NADU SALT CORPORATION LIMITED (A GOVERNMENT OF TAMILNADU ENTERPRISE) LLA BUILDING, 735, ANNA SALAI, CHENNAI 600 002

PHONE: +91-44-28418344 GRAM : PURE SALT +91-4576 –262224 FAX : +91-44-28525846 +91-4576 –262227

Invitation of Tender and instructions to tenderers for supply of Refined Free Flow Iodised Salt (To be returned duly signed on all pages)

PART A – TECHNICAL BID TENDER No. 14/FS/2018 The Tamil Nadu Salt Corporation Limited, (hereinafter called the Corporation) invite tenders from firms which directly own all the required machinery and other infrastructure for the manufacture and supply of the following items as per the quality specifications at various Co-operative/TNCSC or private/designated godowns in Tamil Nadu, during the year 2018-2019 (1.4.2017 to 31.3.2018) in the Tender Form:

1. Manufacture and supply of Crystal Iodised salt and Refined Free Flow Iodised Salt by packing in one Kg packets manually or by automatic packing machine and packed in 25Kgs PP woven sacks. Packing materials will be supplied by TNSC.

2. Approximate total quantity of requirement will be 12,000 tonnes per annum ie 750 tonnes of Crystal Iodised salt and 250 tonnes of Refined Free Flow salt per month

Signature of the tenderer

..6..

SECTION - I

PART A – TECHNICAL BID

(To be submitted with the Demand Draft for the required EMD in separate cover super scribing Technical Bid)

The particulars of the firm/company are as follows:

I. Name of tenderer :

II. Address : a. Postal : b. Telegraphic : c. Telephone No. : Office : Residence : c. Fax No. : e. E-Mail : f. Mobile Phone No. : g. No. & Date of TNGST & CST/VAT : h. Name of the Officer to be contacted

III. Whether you are a Proprietor concern/ Partnership firm, necessary certificate deed/ : agreement should be enclosed

IV. In case of Company : a. No. Date of registration b. Name of Directors :

c. Attach a copy of the Articles of Association and Board Resolution : authorizing the transaction

V. Whether you are a SSI Unit /NSIC Firm,

The presently valid certificate must be : Notarized by a Notary public (or)

VI. Whether you have furnished EMD as

prescribed. If so please furnish the details. :

Signature of the tenderer ..7..

VII. Whether you have obtained License : from Tamil Nadu Pollution control Board if so furnish license No. & Date

VIII Capacity of the Plant and machinery for : manufacture of the Iodised Refined Free Flow Salt. The details of the no. of automatic packing machines and its capacity available now and also manual packing capacity/day. Furnish in details

IX. Date from which the unit is functioning :

X. No. of staff working in the Unit :

XI Whether you have previous experience : in supplying Crystal Iodised salt & Free Flow Refined Salt/Refined Free Flow Iodised Salt to any reputed Companies/ Government organisations, etc. If so furnish the relevant details.

XII Whether you are willing to abide by the : terms and conditions of tender

XIII Whether you are financially sound to : execute the contract. Furnish solvency certificate/ bank guarantee/certified copy of balance sheet and profit and loss account certified by Chartered Accountant as evidence.

XIV Whether you have been manufacturing : packing and supplying Crystal Iodised Salt and Iodised refined free flow salt for at least two years. Furnish incorporation certificate.

XV Have you supplied CIS, RFFIDS to : TNSC in the past - if so, details may be provided in a separate sheet.

STATION : SIGNATURE OF THE TENDERER

DATE : COMPANY SEAL ..8..

SECTION-II Essential Qualifications required under Part – A, Technical Bid.

1. The tenderer should remit EMD of Rs.1,00,000/- and enclose the same along with the Part A Technical Bid.

2. The tenderer should have his own refinery or should have tie up with reputed refinery for the supply of Refined Free Flow Iodised salt matching ISI specifications and relevant supporting evidence should be produced for ability to manufacture/ supply the quality salt..

3. The manufacturer should have valid license issued in Tamil Nadu for the period of the contract for manufacture of Crystal Iodised salt and Refined Free Flow Iodised Salt issued by the competent authority from the Salt Department of Government of .

4. The tenderer should have preferably semi automatic or good quality (reliable) automatic packing machine for packing of crystal Iodised Salt and Refined Free Flow Iodised Salt of 100 tonnes per day by using LDPE/LLDPE Multi Layer Film Roll or manual packing capacity of 50 tons per day by using LDPE/LLDPE pouches. The possession of required no. of semi automatic or reliable automatic packing machine and its capacity and manual packing capacity per day shall be duly certified by the Chartered Accountant.

5. The tenderer should enclose sample packet of 100 gms along with the test certificate obtained from Government laboratory / authorized laboratory for conformance to IS7224:2006

6. Should possess at least 2 years of experience as on 31.1.2016 in the manufacture / supply of crystal Iodised salt & RFFIDS conforming to the standards laid down under the PFA/FSS Act. Should provide certificate issued by the firm to whom supply is made .

7. Should have a turnover in the business of manufacture and supply of Refined Free Flow Iodised Salt of not less than Rs.one crore for the latest year and shall produce documentary evidences duly certified by the Chartered Accountant.

8. Should enclose evidence for the sound financial position issued by the banker.

Claim of the above qualifications should be supported by latest documentary evidence and the same to enclose in PART- A of the document failing which PART – B Price Bid will not be opened.

STATION : SIGNATURE OF THE TENDERER

DATE : COMPANY SEAL ..9..

SECTION-III

DECLARATION BY THE TENDERER (to be signed and enclosed with the tender)

I/We...... have gone through the terms and conditions and will abide by them as laid down in the Tender document (Tender containing Technical bid, Price Bid all relevant annexure enclosed)

I/We...... hereby confirm that I/our firm/company has/have not been blacklisted by any State Government/Central Government.

I/We ………………… hereby assure and confirm that the entire material requirement will only be manufactured within our premises and no part will be outsourced and agree that any departure will amount to a contractual failure.

I/We...... hereby declare that the particulars furnished by us in this offer are true to the best of my/our knowledge and we understand and accept that, if at any stage the information furnished is found to be incorrect or false, we are liable for disqualification from this tender and also liable for any penal action that may due to the above.

I /we………………hereby declared that I am/are we are not Government servant(s) of any State or Central Government or Department/Public Sector Undertaking (s) and I/We hereby accept that if at any stage if it is found that this information is incorrect or false. I/We am/are liable for disqualification from this tender and also liable for any penal action that may arise due for the above.

Date: Signature

Place: Name Designation Seal of the tenderer

..10..

SECTION-IV EARNEST MONEY DEPOSIT (EMD) PAYMENT OF EMD: 1. Tenderer should pay the amount specified as below towards Earnest Money Deposit.

Earnest Money Deposit : Rs.1,00,000/-

2. The EMD will not carry any interest:

3. The following should be enclosed along with the Tender offer inside the Outer Cover or along with Part- A Technical Bid

(i) Demand Draft/bankers Cheque as EMD.

(ii) If on opening the outer Cover and Part ‘A’, if it is found that the Demand Draft/Bankers Cheque is not enclosed along with the tender, then their offer will be SUMMARILY REJECTED without opening the “Part B Price Bid”.

(iii) The Earnest Money Deposit will be retained by the Corporation in the case of the successful tenderer and will be adjusted against the Security Deposit payable by the successful tenderer.

(iv) Bank Guarantee or equivalent fixed deposit will not be accepted in lieu of Demand Draft/Bankers cheque/Pay order for EMD

4. REFUND OF EMD:

The Earnest Money Deposit will be refunded to the unsuccessful tenderers on application to Managing Director ,TNSC Ltd after intimation of the rejection/non- acceptance of their tender is sent to them.

5. FORFEITURE OF EMD

If any supplier backs out after the Corporation has accepted his tender, it will be considered as default and the Earnest Money Deposit will be forfeited by the Corporation by informing the supplier as having done so.

6. The Earnest Money Deposit made by the Tenderer will be forfeited if:

(a) he withdraws his tender or backs out after acceptance (b) he withdraws his tender before the expiry of the validity period stipulated in the Specification including any extended validity period or fails to remit the Security Deposit. (c) he violates any of the provisions of these regulations contained herein (d) he revises any of the terms quoted during the validity period

Signature of the tenderer

..11..

7. In the event of the documents furnished with the offer being found to be fabricated or if the documents containing false particulars, the Earnest Money Deposit paid by the tenderers will be forfeited in addition to blacklisting them to future tenders/ contracts in Tamil Nadu Salt Corporation Limited.

8. REJECTION OF TENDER

a. Tender is received without Earnest Money Deposit or proof of exemption and Undertaking as specified in paragraph 6 of Section IV.

b. Tenderer does not meet the essential qualifications under Section II.

c. Tenderer has not enclosed the documents required by Section II and Section V of the tender conditions to be enclosed.

d. The tenderer has not signed each page as stipulated.

e. On any of the conditions stipulated in Section VI (i), (II) & (III)

Signature of the tenderer

..12..

SECTION-V

TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW (TICK MARK WHICHEVER IS APPLICABLE

1. Whether the Tender is submitted in Two cover system? Yes NO

2. a) Whether the EMD amount is enclosed? Yes NO

b) Whether Valid SSI/NSIC certificate is enclosed Yes NO

3. Whether the Audited Annual report for the last two years is Yes NO enclosed?

4. Whether letter of authorization for signing the tender Yes NO document is enclosed?

5. Whether the filled up and signed Original Technical Bid & Yes NO Price Bid are enclosed?

6. Whether Technical cum Commercial Bid cover contains the Yes NO incorporation Certificate of your company/partnership deed. 7. Whether the Price Bid cover contains filled up and signed Yes NO Original Price Bid-PART B documents in full with price details? 8. Whether proof of experience for such similar work is Yes NO enclosed 9. Whether you have enclosed certificate from Chartered Yes NO Accountant for Sales Turn Over.

NOTE: Please ensure that all the relevant boxes against each column are checked before submission of tender.

Sign and seal of the tenderer

..13..

SECTION –VI REJECTION OF TENDERS:

I. Tenders will be summarily rejected if

(a) The EMD requirements are not complied with.

(b) Not satisfying any of the essential qualifications required under Part A Technical Bid.

(c) Refinery and adequate capacity not located in Tamil Nadu State.

II. Tender is liable to be rejected, if it is

(a) not covering the supply of Refined Free Flow Iodised Salt as per PFA Act

(b) With validity period of offer less than that stipulated in this specification

(c) not in conformity with commercial terms and Technical specifications of the Tender documents.

(d) not signed by the tenderer in each page.

(e) received from a tenderer who is directly or indirectly connected with Government Department or service in Tramil Nadu Salt Corporation or Services of any local authority.

(f) Received from those who have not purchased the copy of the Tender document

(g) Received from any black listed Firm or Contractor

(h) received by Telex/Telegram/E-mail

(i) from a tenderer whose past performance/Vendor rating is not satisfactory.

(j) not containing all required particulars as per schedule.

III. The offer received after Last date and time shall be rejected. iv. Offers received from consortium of SSI Units will be rejected.

Signature of the tenderer

.14.. SECTION-VII INSTRUCTIONS TO TENDERERS TERMS AND CONDITIONS:

1. Sealed competitive tenders should reach this Office addressed to the Managing Director , Tamil Nadu Salt Corporation Limited, LLA Building, 735 Anna Salai, Chennai 600 002 before the date and time specified in the tender. If the date fixed for receiving/opening the tender is subsequently declared as a holiday, the tender will be opened on the next working day at the same time and place.

2. The rate quoted will be valid for acceptance for whole period of the contract from the date of opening of tender. The tenderer shall, if requested by the Corporation, extend the validity of offer by a further period as may be mutually agreed. During such extended period, of the extension, the tenderer shall not be allowed to revoke or vary his offer.

3. The Tamil Nadu Salt Corporation Limited reserves the right to accept or reject any or all tenders without assigning any reason.

4. SECURITY DEPOSIT:

In the case of successful tenders, the Earnest Money Deposit will be adjusted towards Security Deposit and in addition to this, the successful tenderer shall furnish within 15 days of communication of acceptance of tender, an additional Security Deposit of Rs.1,00,000/- (Rupees One lakh fifty thousand only) for Tamil Nadu in the form of Demand Draft and thus the total Security Deposit will be Rs.2,00,000 /- .

The Security Deposit shall be made by a bank draft in favour of the Tamil Nadu Salt Corporation Limited. The bank draft shall be drawn on any Nationalized/Schedule Banks. The EMD will be adjusted towards portion of the Security deposit.

The Corporation reserves the right to adjust the SD towards any amount due to it including any claims by way of damages from the successful tenderer and in such event the successful tenderer on receipt of notice of corporation shall make further deposit to restore the security deposit to the full amount.

Failure to furnish security deposit within 30 days of the letter of acceptance will be considered to be a breach of contract which would give the Corporation the right to terminate the contract and forfeit the Earnest Money Deposit amount in addition to the right of enforcing risk at the cost of the tenderer.

Signature of the tenderer

..15..

The Security Deposit shall be liable to be forfeited wholly or partially at the sole discretion of the Corporation, if the successful tenderer either fails to deliver supplies as per delivery schedule or to fulfill his contractual obligations or to settle in full his dues to the Corporation. This will be in addition to the Corporation’s right to make risk purchase from the open market by tender or by any other mode of purchase at by it due to delay in performance or non- performance of any of the tender/contract.

The Corporation shall have a lien over all or any money that may become due and payable to the suppliers under this contract or any other contract or transaction of any other nature either all alone or jointly with other supplier and unless the supplier pays and clears the claim of the Corporation immediately on demand the Corporation shall be entitled at all times to deduct the said sum on debit due by the supplier from any money/security deposit which may have become due or become payable to the supplier under this Contract or any other contract or transaction whatsoever between the supplier and the corporation, without prejudice and in addition to the other rights of the Corporation to recover the amount of any such claim by other remedies legally available.

In case the successful tenderer fails to abide by any of the conditions stipulated in this tender, the Security Deposit will be forfeited and the contract will be awarded to any other contractors in full or part.

5. INFORMATION ABOUT TENDERERS:

The tenderers should furnish full precise and accurate details in respect of information asked for in Part A - Technical Bid attached to this tender form and any inaccurate or misleading information given may lead to non-acceptance of tender.

6. SUBMISSION OF TENDER:

The tenderer should submit the tender documents including invitation to tender intact without detaching any page or pages duly filled in, completed and signed on each page of tender forms including the schedule of rates Part B - Price Bid. The tender documents will serve as an agreement also. Tenders not accompanied by all the schedule/ Annexures intact and fully filled in and signed may be ignored.

The tender Form duly filled and signed along with the Technical Bid in Part A – Technical Bid and EMD shall be submitted in a sealed cover.

The tenderer should quote rates in Part B – Price Bid and submit in a separate sealed cover.

These two sealed covers should be submitted in a common bigger sealed envelope super scribing Tender No.14/FS/2018 addressed to the Managing Director Tamil Nadu Salt Corporation Limited, LLA Building, 735 Anna Salai, Chennai 600 002 before the date and time specified in the tender.

Signature of the tenderer

..16.. 7. FURNISHING OF SAMPLE ALONG WITH TENDER:

The tenderer is bound to enclose sample of one kilogram Crystal Iodised salt and Refined Free Flow Iodised Salt as per our specifications which they propose to supply as per our Purchase Orders along with the tender

8. CLEAR UNDERSTANDING

It shall be the sole and absolute responsibility of the tenderer to obtain and gather all information, at his own expense which may be necessary for the purpose of making the tender and for entering into the contract. The Corporation does not undertake any responsibility for the lack or insufficiency of any information herein when a tenderer submits his tender in response to the tender documents, he will be deemed to have understood fully about the requirements, terms and conditions of the contract and to have satisfied himself fully of the sufficiency of information as may affect the tender or the contract. No extra payment or compensation will be made by the Corporation on the pretext that the tenderer did not have a clear idea or information of any particular matter relating to the tender or the contract and this shall be a condition of the tender and the contract’.

9. OPENING OF TENDERS:

The tender will be opened at 11.30 A.M. on 28.3.2018 in the Office of the Tamil Nadu Salt Corporation Limited, LLA Building, 735 Anna Salai, Chennai 600 002 indicated by Managing Director or by the Officers authorized on his behalf. The tenderers are advised to be present, either in person or through an authorized representative at the time of opening of tenders. The authorized representatives will have to establish their identity to the satisfaction of the Corporation by producing introductory letters from their Principals/ Manufacturers, etc. otherwise; they will not allow being present at the tender opening.

10. ACCEPTANCE OF TENDER:

The Tamil Nadu Salt Corporation Limited normally will accept the lowest tender provided all technical and administrative conditions are fully satisfied by the Tenderer. The Corporation reserves the right to accept one tender for any or all the parts of the work. The Corporation also reserves the right to terminate any accepted tender/contract during the currency of the contract, if it is satisfied that any discrepancy has crept in while finalizing the tender that the work was awarded by mistake, by giving ten days notice in writing to the contractors at their last known place or residence, business and the contractors shall not be entitled to any compensation by reason of such termination. The successful tenderer will be advised of the acceptance of his tender by a telefax or by a formal acceptance letter and both the tender documents and acceptance together forms the essence of the contract. However, a separate agreement will be necessary in this regard.

Signature of the tenderer

..17..

11. SIGNING OF TENDER:

In the event of the tender being submitted by a firm it must be signed by the Proprietor/Partners/ duly authorized representatives of the Company.

12. AWARD OF CONTRACT:

a. The Corporation reserves the right:

i) to accept in its sole and unfettered discretion any tender for whole or part quantities or to reject any or all tenders without assigning any reasons thereof.

ii) to award the contract to one or more number of firms, either on equal price or on different prices.

iii) to enter into parallel contracts simultaneously or at any time during the period of contract with one or more tenderer(s) as the Corporation may thinks fit.

iv) to place adhoc order simultaneously or at any time during the period of contract with one or more supplier(s) tenderer(s) for such quantity and for such items as the Corporation may thinks fit.

b. The Corporation does not bind itself to accept the lowest tender or assign any reason for non-acceptance of the same.

c. Firms, which have failed to fulfill earlier contractual obligations, may not be considered.

d. The agreement to be executed after the award of the tender, the purchase order resulting from this tender.

e. The Corporation, shall mean and include the administrative and Executive Officers of the Corporate Office at Chennai as well as of Mariyur Valinokkam Salt Complex, Valinokkam, Ramnad district and as the case may be who are authorized to deal with all matters relating to this contract on its behalf.

f. The various procedures laid down in the Tamil Nadu Transparency in Tenders Act 1998 and rules framed in Tender rule 2000 will be adhered.

g. The tenderer shall be provided for a price preference of fifteen percent for domestic Small Scale Industries Units and ten percent for the Public Sector Undertakings of the Government in respect of products and quantities manufactured by them as provided under Rule 14 of sub rule (7 A) of the Tamil Nadu Tender Transparency Act 1998 and rules framed there under rule 2000.

Signature of the tenderer

..18..

13. PERIOD OF CONTRACT:

The contract will be for the period from 01.04.2018 to 31.03.2019. The Corporation reserves the right to extend the period of contract at the existing rate, terms and conditions for a further period of one year. However, during the extended period the contract can be terminated on giving one month notice on either side. The Corporation shall have absolute right to terminate the contract at any time during its currency without assigning any reason thereof and the tenderer is not entitled for any compensation on this ground of such termination.

14. RATES:

a. All amount shall be quoted by tenderer in figures as well as in words. In case of any difference in the rates quoted in figures and in words, the lower of the two rates will be taken as quoted rate.

b. Separate rate should be quoted for each District in Part B - Price Bid. The rate quoted for all items should be Rupees per tonne basis and should be firm for the duration of the work contract period as mentioned in clause 13 above.

c. The rate quoted shall consist of the cost of salt and charges for processing, packing, transport and delivery (including unloading charge at the delivery point) including taxes if any.

d. In the Part-B Price Bid for each District, we have indicated the various delivery points. This is for the reference of the tenderer to work out the average transport cost involved in each District. Hence in the price bid, the tender should quote only the average transport rate for each District covering all the delivery points and no need to quote separate rate for each delivery point.

e. The required packing materials of coextruded LDPE/LLDPE multilayer 1Kg or ½ Kg rolls of packets and 25 Kg Polypropylene bags will be supplied by the supplier approved by TNSC at the manufacturing point of the successful tenderer. The cost of packing material both 1Kg or ½ Kg and 25 Kg will be borne by TNSC.

15. NEGOTIATION:

The Corporation reserves the right to conduct negotiations with the short listed tenderers or all of the tenderers if necessary, immediately after opening the tender on the same day which will be declared while opening the tender or on any other day before finalizing the contract. No tenderer shall have the right to insist on negotiation by the Corporation or challenge it for resorting to negotiations.

Signature of the tenderer

..19.. SECTION –VIII

16. SPECIFICATION OF SALT a) Iodised Crystal Salt : - Iodised Crystal Salt shall conform to the Indian Standard IS- 72242006, shall be crystalline, free flowing granules, white in colour, shall be free from any visible contamination with clay, grit and other extraneous impurities. It shall conform to the following prescribed standard. 1. Moisture maximum 6% (By weight on dry basis) 2. Sodium Chloride (NaCI) Not less than 96% (By weight on dry basis) 3. Matter insoluble in water 1.0 % (By weight on dry basis) 4. Matter Soluble in water other Not more than 3.0 % (By weight on dry basis) than Sodium Chloride (NaCI) 5. Iodine content- (a) Manufacture level not less than 30 parts per million on dry weight basis. (b) Distribution channel including retail level not less than 15 parts per million on dry weight basis. The total matter insoluble in water where in anticaking agent has been added shall not exceed 2.2 percent. b) Refined Free Flow Iodised Salt: Refined Free Flow Iodised Salt shall be granular, crystalline, white in colour shall be free from any visible contamination with clay, grit, sand and other extraneous impurities and adulterants. It shall conform to the following prescribed standard matching to the PFA/FSS Act. 1. Moisture percent by mass (Max) : 0.5 2. Water insoluble matter percent by : 1.0 Mass, on dry basis, Max 3. Chloride content (as Nacl) percent By mass, on dry basis, Min : 98.5 4. Matter insoluble in water other than Sodium : 1.0 Chloride, percent by mass, on dry basis, Max 5. Calcium (as Ca), percent by mass, on dry basis, Max : 0.15 6. Magnesium (as mg) percent by mass On dry basis, Max : 0.10 7. Sulphate as SO4 percent by mass Max : 0.60 8. Iodine content ppm, Min Manufacturers Level : 30 Distribution channel including retail level : 15 9. Alkalinity (As Na2CO3) percent by mass, Max : 0.15 10. Lead (as Pb) ppm Max : 2.0 11. Arsenic (as AS) on, Max : 1.0 12. Iron (As Fe) ppm Max : 50

The Corporation shall have the right to get the stock inspected by its officials or by any reputed quality control laboratories from time to time. The Corporation reserves the right to reject the stock and the tenderer shall be deemed to have neglected to deliver the products according to the contract if it is not as per the specifications specified while inspecting the stock on receipt.

The broken/damaged packets on delivery shall be replaced by the supplier along with the subsequent supply to that depot.

17. PACKAGING:

The Crystal Iodised salt and Refined Free Flow Iodised Salt for delivery at the various wholesale points shall be packed through semiautomatic or reliable automatic packing machine in one kilogram packet & ½ Kg packet by using the LDPE/LLDPE Multi layer pouch materials. 25 such packets shall then be packed in Poly Propylene woven sack. The successful tenderer shall ensure that all the statutory provisions with regard to quality, packing, weighment etc. are complied with and he shall solely be responsible for the lapses, if any. In case of machine breakdown alone can manual packing be done with prior permission after inspection, if necessary by TNSC.

Signature of the tenderer ..20.. 18. DELIVERY:

a. The tenderer shall supply the product as per the purchase orders issued from time to time within the period of contract. The supply of stock should be done as per the directions issued by the Project Manager, Mariyur Valinokkam Salt Complex, Ramnad or the Marketing Manager, Tamil Nadu Salt Corporation Ltd., Chennai which will be intimated during the period of contract. The tenderer shall be entitled to receive acknowledgement in the prescribed form (Goods Received Sheet – GRS) from the delivery point of the concerned Civil Supplies Depot in Tamil Nadu, Karnataka, Kerala and Andhra Pradesh States.

b. Liquidated damage for delay in delivery shall be levied at the rate of 1% of the purchase order value per week or part thereof. The liquidated damages however shall be subject to a ceiling of 5% of value of undelivered Qty. The contractor agrees that the stipulated percentage is a genuine pre estimate of the losses or damages that shall be suffered by the Corporation and further that the stipulated percentage is reasonable. In such event, the contractor shall be liable to pay actual damages suffered by the Corporation in addition the liquidated damages.

c. The time and date of delivery are the essence of the contract and the goods must be dispatched within the time and subject to the condition specified. Otherwise, the Corporation will have the option to cancel the whole or part of order and or purchase the material from alternative source at the risk, responsibility and cost of the supplier.

d. Extension of delivery period on valid response based on the request from the supplier may be allowed by the indenting Officer which will be considered as extended delivery period for all purpose of liquidated damages etc.

e. The damages as determined by the Corporation shall be deemed to be a debt due to the Corporation and the Corporation shall be entitled to deduct any such amounts determined as damages from out of any monies available with the Corporation or due and payable to the supplier.

19. PAYMENT TERMS:

100% payment will be made by the Corporate Office, Tamil Nadu Salt Corporation Ltd., Chennai – 2 within 15 days from the date of receipt of invoice by the Project Manager, Mariyur Valinokkam Salt Complex after satisfactory acceptance of the goods as per the Purchase order. Income Tax/Service Tax if any, applicable will be deducted from the bills of the supplier as per the Government Act and Rules in force.

Signature of the tenderer

..21..

20. INVOICES:

a. Invoice shall be raised in duplicate once in a week along with the details of quantity supplied, rate/MT, place of delivery and enclosing GOODS RECEIVED SHEET issued by the concerned wholesale points of the Civil Supplies Corporation or similar other document should be sent to the Project Manager, Mariyur Valinokkam Salt Complex for settling your payment periodically.

b. If any extra charges including wharf age or demurrage are incurred due to supplier’s failure to observe the conditions mentioned above, the same will be recovered from the supplier.

21. INSPECTION:

a. The capacity of the successful tenderer Unit will be inspected by the Officials of this Corporation before awarding the contract, if necessary.

b. The material on receipt various wholesale points will be inspected. The supplier shall have to replace the materials if any, found defective at site on free of cost basis.

22. WARRANTY REGARDING QUALITY OF MATERIAL SUPPLIED:

a. Supplier shall guarantee that all the materials supplied by them to the Corporation shall be fresh and free from all defects. The goods to be supplied shall be food grade and fit for human consumption.

b. The supplier shall enclose a quality certificate for each and every consignment delivered. In case if any quality discrepancy arises, the TNSC will test the quality of the material supplied with the reputed testing laboratory at suppliers cost.

c. The supplier shall warranty to replace any damage or defect in the goods supplied by replacements of goods as specified in this contract and such replacement shall be made at the point of the consignee, civil supplies corporation. In the event of the supplier not complying with the above within a reasonable time, the Corporation will have the option to replace the defective supply after giving 3 weeks notice to the supplier and recover the cost from the supplier.

Signature of the tenderer

..22..

23. MEMBERS OF THE CORPORATION NOT INDIVIDUALS

No Director or official or employee of the Corporation shall in any way be personally bound or liable for the acts obligations of the Corporation under the contract or answerable for any default or omission in the observance on performance of any of the acts, matters or things which are herein contained.

24. CORPORATION NOT BOUND BY PERSONNAL REPRESENTATIONS

The supplier shall not be entitled to any increase in the rates or any other right or claim whatsoever by reason of the representation, explanation or statement or alleged representation, promise or guarantee given or alleged to have been given him by any person of the Corporation.

25. ALTERNATE ARRANGEMENT

In case of delay in delivering the order quantity beyond the scheduled date, besides imposing LD, the Corporation reserves the right to contract with any other manufacturer for supply of the refined Iodised free flow salt. The excess expenditure if any incurred by the corporation over and above by the awarded rate will be recovered from the contractor.

26. NON-PERFORMANCE OF CONTRACT / CANCELLATION OF CONTRACT/RIGHTS OF THE CORPORATION:

a. The Corporation reserves the right to cancel the contract if the quality of material delivered fails below the required specifications and also if the deliveries are not made in accordance with the delivery schedule as indicated by the Corporation.

b. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the tenderers, either partners, agents or servants to any officer, servant or representative of the Corporation for obtaining or for the execution of this or any other contract for receiving payments under the contract shall in addition to the criminal liability he may incur, subject the tenderer to cancellation of this any other contracts and also to payments of any loss resulting from any such cancellation to the like extent as provided in the case of rejection on the ground of bad quality supply and the Corporation shall be entitled to deduct the amount so payable from any money other wise due to the tenderes under this or any other contracts. Any question or dispute as to whether the tenderer have incurred any liability under the clause shall be settled by the Corporation in such manner and on such evidence of information as they may think fit and sufficient and their decision shall be final and conclusive.

Signature of the tenderer

..23..

27. SUB-LETTING OF CONTRACT:

The successful tenderer shall not sublet or assign this contract or any part thereof without obtaining prior written permission of the Corporation. In the event of the successful tenderer sub-letting or assigning the contract or any part thereof without such permission the Corporation shall have the right to cancel the contract and to purchase the good elsewhere and the successful tenderer shall be liable to the Corporation for any loss or damage which the corporation may sustain in consequence or arising out of such purchase. Even in case sub-letting is permitted by the Corporation, it will not recognize any contractual obligations with the person or party to whom the contract has been sub-let and the successful tenderer will be held responsible for the satisfactory due and proper fulfillment of the contract.

28. CHANGE IN CONSTITUTION:

a. Where the supplier is a partnership firm, a new partner shall not be introduces in the firm except with the previous consent in writing of the Corporation which may be granted only upon furnishing of a written undertaking by the new partner to perform the contract and accept all liabilities incurred by the firm under the contract prior to the date of such undertaking.

b. On the death or retirement of any partner of the supplier/firm before complete performance of the contract the Corporation may as its option cancel the contract and in such case the supplier shall have no claim whatsoever to compensation against the Corporation.

c. Without prejudice to any of the rights or remedies under this contract, if the supplier is a proprietorship concern and the proprietor dies during the performance of this contract the Corporation shall have the option to terminate the contract without compensation.

29. SPECIAL CONDITIONS:

The Corporation reserves the right to engage more than one supplier for each destination to ensure supply reliability from TNSC.

Signature of the tenderer

..24..

30. FORCE MAJEURE CONDITIONS:

a. If at any time during the continuance of the agreement/contract it becomes impossible by reasons of war or war like operation, strikes, lockouts, riots, civil commotions, epidemical sickness pestilence, earthquake fire, storm or floods the supplier shall during the continuance of such conditions not the bound to execute the contract as per agreement/contract. The work shall be resumed immediately the contingency has ceased or otherwise determined and supplier’s obligations shall continue to be in force for correspondingly extended period after the resumption by Registered Post about such acts duly certified by the District Collector of the District Concerned about the beginning and end of the above causes of delay within the (10) days of occurrence and cessation of such Force Majeure conditions.

b. In the event of delay lasting over one month if arising out of causes of Force Majeure, the Corporation is entitled to cancel the contract without being liable to pay any compensation.

c. Only events of Force Majeure, which affects the order progressing at the time of its occurrence, shall be taken into cognizance. The Corporation shall not be liable to pay extra cost due to delayed supplied made under Force Majeure.

d. Delays due to non-availability of wagons etc. will not be considered as a cause of Force Majeure.

e. If the Corporation is not in a position to receive the goods as per the terms of delivery due to any one of the reasons herein after stated, the Corporation reserves the right to suspend normal supply until the position returns to normalcy or even to terminate the contract if it is beyond its control to accept the supplies. No compensation shall be payable to the supplier in the event of any such circumstances/ reasons occurring.

“Strike, lockout, accumulation of stocks or non-availability of storage space or any other natural calamities which effect the production in the Factory.

31. NOTICES:

Any notice hereunder may be served on the supplier by Registered Mail at his last known address. Proof of issue of any such notice should conclusive of the supplier having been duly informed.

Signature of the tenderer

..25..

32. DISPUTES:

All disputes and differences arising out of this contract shall be referred to the arbitration of three arbitrators. The Corporation and the supplier shall appoint one arbitrator each and the arbitrators so appointed shall appoint a third arbitrator. The language of the arbitration shall be in English. The arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act 1996 with the venue of the arbitration being at Chennai only.

33. GST:

We are registered under the Goods Service Tax Act and our Registration Number is 33AAACT2482L1Z9.

34. JURISDICTION:

Subject to Clause – 32 above, it is hereby agreed that Courts at Chennai City alone shall have jurisdiction to decide or adjudicate upon any dispute which may arise out of or be in connection with this agreement.

35. LAWS GOVERNING THE CONTRACT:

This contract shall be governed by the Laws of Union of India in force.

36. SALES CONDITIONS:

With the acceptance of this tender and all its terms and conditions, the tenderers undertake that they are fully aware of general sales conditions.

37. QUANTITY:

The minimum quantity of 12,000 tonnes may vary from 20000 tonnes per annum.

Managing Director Tamil Nadu Salt Corporation Limited

Signature of the tenderer

..26..

SECTION – IX

SUPPLY POSTION OF ORDERS ALREADY EXECUTED WITH OTHER ORGANIZATION AS WELL AS TAMIL NADU SALT CORPORATION LIMITED

PRODUCTION CAPACITY: PER MONTH:

Sl. Order No.& Date Name of the customer Quantity of the Quantity Quantity No. order obtained supplied outstanding

Signature of the tenderer

SECTION-X PART – B TAMIL NADU SALT CORPORATION LIMTED (A GOVERNMENT OF TAMIL NADU UNDERTAKING) 735, LLA BUILDING, ANNA SALAI, CHENNAI – 600 002.

PRICE BID-I

This should be submitted in a separate sealed cover super scribing as ‘PART A – PRICE BID’ on the tope of the envelope.

TENDER FORM FOR QUOTING THE RATES Name and full address of the Tenderer :

TAMIL NADU

District wise average Basic price of transport rate Sl. Name of Total net Taluk Godowns and Crystal including loading, No. the district F.O.R. Rate TNCSC godowns Iodised Salt transport and Rs./t (Rs./t) unloading

(Rs./t) 1 kg 1 kg 1 kg (1) (2) (3) (4) (5) (6) 1. CHENNAI 1. Tondiarpet 2. TPT Narayana Pillai 3. Madhavaram 4. Nandanam 5. Virugambakkam 6. Anna Nagar – I Anna Nagar – II 7. Mint 8. Gopalapuram 9. Thiruvanmiyur 10. Purasawakkam 11. Egmore– Nungambakkam 12. Mylapore – Triplicane 13. Mambalam – Guindy

Signature of the tenderer ..2..

2. KANCHEEPURAM 1. Chengalpattu

2. Thirukalukundram

3. Madurantakkam 4. Kancheepuram 5. Sriperumbudur 6. Uthiramerur 7. Tambaram 8. Cheyyur 3. VELLORE 1. RMC (G) Arcot 2. TCMS (G) Ambur 3. M.Kuppusamy (G) Ambur 4. Karpagam (G) Ambur 5. Gudiyatham (RMC) 6. Tirpattur (RMC) – 1 7. Tirupattur (RMC) – 2 8. Tirupattur (RMC) – 3 9. Vellore 10. Tirupattur 11. Arakkonam 12. Wallaja 13. Katpadi 14. Vaniyambadi 4. THIRUVANAMALAI 1. Pudupalayam RMC 2. Thiruvanamalai 3. Arni 4. Vandavasi 5. cheyyar 6. Polur 7. Chengam 5. CUDDALORE 1. Cuddalore Godown 2. Panrutti 3. Virudachalam 4. Kattumannarkoil 5. O/G Chidambaram 6. Thittakkudi

Signature of the tenderer ..3..

6. SALEM 1. Kanjamalaipillai 2. NKR Godown, Mettur. 3. Ayyavoa (g) Mettur 4. S.R.R. (G) Salem 5. TNCSC (G) Sankari 6. Omalur 7. TNWC Attur 8. Yercaud 9. Vazhapadi 10. Gangavalli 11. Edapadi 7. DINDUGAL 1. Kodaikanal 2. Dindugal 3. Palani 4. Vedachandur 5. Batlagundu 6. Nattam 7. Kilakottai 8. Oddachatram 8. TIRUCHI 1. T.V.Malai 2. Manachanallur 3. Manaparai 4. Sangiliyandapuram 5. Musiri 6. Thuraiyur 7. Sembattur 8. Ariyamangalam 9. Subramaiyapuram 10. Tiruchi 11. Srirangam 12. Lalgudi 13. Thottiyam

Signature of the tenderer

..4..

9. TANJORE 1. Santhanam (G) 2. Pudukottai (G) 3. Thiruvaiyaru 4. Orathanadu 5. 6. S.T.(C) Kumbakkonam 7. Peravurani 8. Papanasam 9. Thiruvidaimaruthur 10. PUDUKOTTAI 1. Avudayarkoil 2. Aranthanki 3. TNCSC, Pudukottai 4. Thirumayam 5. Alangudi 6.Kandarvakottai 7. Kulathur 8. TNWC Godown Aranthanki 9. Illupur 10. Manalmelkudi 11. MADURAI 1. Venkatachalapuram 2. Melur 3. Thirumangalam 4. Usilampatti 5. Vadipatti 6. Thopur 7. Madurai (South) 8. Madurai (North) 9. Poraiyur 12. NILGIRIS 1. Ooty 2. Coonoor 3. TNCSC Godown, Kothagiri 4. Gudalur 5. Pandalur 6. Kundah

Signature of the tenderer ..5..

13. COIMBATORE 1. Mettupalayam Kandiyur Road 2. Valparai Godown 3. Care Godown Goundapalayam 4. Poosari Palayam Unit – I 5. Poosari Palayam Unit – II 6. Poosari Palayam Unit – III 7. Poosari Palayam Unit – IV 8. TNWC Godown Pollachi 9. Coimbatore (North) 10. Coimbatore (South) 14. TIRUPUR 1. Tirupur ICSS 2. RMC, Tirupur 3. Udmalaipettai Godown 4. Palladam Vadagapalayam 5. TNWC Avinashi 15. DHARMAPURI 1. Bommidi 2. Pochampalli 3. Denkanikottur 4. Dharmapuri 5. Polacode 6. Pennagaram 16. KRISHNAGIRI 1. Harur 2. Uthangiri 3. Krishnagiri 4. Hosur 5. Pappirettipatti 6. Thenkanikottai

Signature of the tenderer

..6..

17. ERODE 1. Solar 2. Ananda Mill – I Bhavani Ananda Mill - II Bhavani 3. Bhavani Taluk – I Bhavani Taluk - I Bhavani Taluk – I 4. SVR Dharmapuri – A SVR Dharmapuri – B 5. R.K.P.Kangeyam 6. S.V.R.Gobi 7. Kangeyam 8. Senepathipalayam - Erode 9. Sathumangalam 10. Perundurai 11. Dharapuram 12. Gopichettipalayam 18. TUTICORIN 1. Sattur Road, Kovilpatti 2. Marketing Sec. Kurukusalai 3. Thiruchendur 4. Srivaikuntam 5. Sathankulam 6. Madurai Road, Vilathikulam 7. Dr.Ambedkar Road Tuticorin 8. Ottapidaram 9. Ettayapuram 19. NAGAPATTINAM 1. Nagapattinam-CSUB Region 2. Thalanayar 3. Malliyam, Storage Complex

Signature of the tenderer

..7..

4. Nagapattinam 5. Vedaranyam 6. Akur 7. Taluk Godown Malliam 8. Sirkali, at MRM Erukkur 9. Voimedu 10. Arundavampulam 11. Mayiladuthurai – TNWc 12. Kilvelur 13. Thirukuvalai 14. Tharangampadi 20. SIVAGANGA 1. Karaikudi 2. Urani Karaikudi 3. M.K.G. Karakudi 4. Sivaganga 5. Devakottai 6. Manamadurai 7. Illayankudi 8. Thirupathur 21. RAMANATHAPURAM 1. Rameswaram 2. Paramakudi (B.G) 3. Paramakudi 4. Seeni (G) Mudukulathur 5. Ramanathapuram 6. Thiruvadanai 7. Kamudhi 8. Kadaladi 22. THIRUNELVELI 1. Ambasamudram 2. Nanguneri 3. Valliyoor 4. Tenkasi 5. TNWC Tirunelvelli

Signature of the tenderer ..8..

6. Palayamkottai TNWC 7. Sankarankoil 8. Radhapuram 9. Sengottai 10. Veerakeralampudur 11. Alangulam 12. Sivagiri 23. VIRUDHUNAGAR 1. KCASD Firm, Sivakasi 2. Panniyar GN., Rajapalayam 3. Valli Oil Mill – II V. Nag. Valli Oil Mill – III V. Nag. Valli Oil Mill – IV V. Nag. 4. Virudhunagar 5. Srivilliputhur – I, II 6. Sattur (G) 7. Arrupukottai 8. Thiruchuli 9. Kariapatti 24. KANYAKUMARI 1. Agatheswarar Weaver (G) 2. Kappakadu – II 3. Konam – I 4. Konam – II 5. Kappakadu – I 6. Thovalai 7. Kaikulam 8. Vilvankodu 25. VILLUPURAM 1. O/G.Sankarapuram 2. Thirukoilur Oil Mill 3. Villupuram 4. Dindivanam 5. Gingee

Signature of the tenderer

..9..

6. Thirukoilur 7. Vanur 8. Ulundurpet 9. TNWC Chinnaselam 10. Kallakurichi 26. KARUR 1. TNWC Kulithalai 2. TNWC Karur 3. Aravankurichi 4. Krishnarayanapuram 27. PERAMBALUR 1. Perambalur 2. Veppanthatti 3. Konnam 28. Ariayalur 1. Ariyalur 2. Sendurai 3. Jayamkondam (Udayarpalayam) 29. THIRUVALLUR 1. Gummudipoondi 2. Pallipet 3. Mazarthpet 4. Thiruthani 5. Sembulivaram Ponneri Taluk 6. TNWC Thiruvallur 7. Ambattur 8. Uthukottai 9. Poonamallee 30. NAMAKKAL 1. Rasipuram 2. Thiruchengodu 3. Paramathi Vellore 4. Namakkal 31. THIRUVARUR 1. Vilakkudy 2. Muthupet 3. Valangaiman 4. Tiruvarur

Signature of the tenderer

..10..

5. Mannargudi 6. Moolangudi 7. Perugavelandan 8. Koilvenni (G) 9. Needamangalam 10. thiruthuraipoondi 11. Nannilam 12. Kudavasal 13. Valangaiman 32. THENI 1. Periyakulam 2. Theni 3. Uthamapalayam 4. Andipatti 5. Bodinayakanur

STATION: SIGNATURE AND OFFICIAL SEAL DATE: OF THE TENDERE

SECTION-X PART – B TAMIL NADU SALT CORPORATION LIMTED (A GOVERNMENT OF TAMIL NADU UNDERTAKING) 735, LLA BUILDING, ANNA SALAI, CHENNAI – 600 002.

PRICE BID-II

This should be submitted in a separate sealed cover super scribing as ‘PART A – PRICE BID’ on the tope of the envelope.

TENDER FORM FOR QUOTING THE RATES Name and full address of the Tenderer :

TAMIL NADU

Sl. Name of Taluk Godowns and Basic price of District wise Total net No. the district TNCSC godowns Refined Free average transport F.O.R. Flow Iodised rate including Rate Salt loading, transport Rs./t (Rs./t) and unloading (Rs./t) 1 kg 1 kg 1 kg (1) (2) (3) (4) (5) (6j) 1. CHENNAI 1. Tondiarpet 2. TPT Narayana Pillai 3. Madhavaram 4. Nandanam 5. Virugambakkam 6. Anna Nagar – I Anna Nagar – II 7. Mint 8. Gopalapuram 9. Thiruvanmiyur 10. Purasawakkam 11. Egmore– Nungambakkam 12. Mylapore – Triplicane 13. Mambalam – Guindy

Signature of the tenderer ..2.. 2. KANCHEEPURAM 1. Chengalpattu 2. Thirukalukundram 3. Madurantakkam 4. Kancheepuram 5. Sriperumbudur 6. Uthiramerur 7. Tambaram 8. Cheyyur 3. VELLORE 1. RMC (G) Arcot 2. TCMS (G) Ambur 3. M.Kuppusamy (G) Ambur 4. Karpagam (G) Ambur 5. Gudiyatham (RMC) 6. Tirpattur (RMC) – 1 7. Tirupattur (RMC) – 2 8. Tirupattur (RMC) – 3 9. Vellore 10. Tirupattur 11. Arakkonam 12. Wallaja 13. Katpadi 14. Vaniyambadi 4. THIRUVANAMALAI 1. Pudupalayam RMC 2. Thiruvanamalai 3. Arni 4. Vandavasi 5. cheyyar 6. Polur 7. Chengam 5. CUDDALORE 1. Cuddalore Godown 2. Panrutti 3. Virudachalam 4. Kattumannarkoil 5. O/G Chidambaram 6. Thittakkudi Signature of the tenderer ..3..

6. SALEM 1. Kanjamalaipillai 2. NKR Godown, Mettur. 3. Ayyavoa (g) Mettur 4. S.R.R. (G) Salem 5. TNCSC (G) Sankari 6. Omalur 7. TNWC Attur 8. Yercaud 9. Vazhapadi 10. Gangavalli 11. Edapadi 7. DINDUGAL 1. Kodaikanal 2. Dindugal 3. Palani 4. Vedachandur 5. Batlagundu 6. Nattam 7. Kilakottai 8. Oddachatram 8. TIRUCHI 1. T.V.Malai 2. Manachanallur 3. Manaparai 4. Sangiliyandapuram 5. Musiri 6. Thuraiyur 7. Sembattur 8. Ariyamangalam 9. Subramaiyapuram 10. Tiruchi 11. Srirangam 12. Lalgudi 13. Thottiyam

Signature of the tenderer

..4..

9. TANJORE 1. Santhanam (G) Thanjavur 2. Pudukottai (G) 3. Thiruvaiyaru 4. Orathanadu 5. Kumbakonam 6. S.T.(C) Kumbakkonam 7. Peravurani 8. Papanasam 9. Thiruvidaimaruthur 10. PUDUKOTTAI 1. Avudayarkoil 2. Aranthanki 3. TNCSC, Pudukottai 4. Thirumayam 5. Alangudi 6.Kandarvakottai 7. Kulathur 8. TNWC Godown Aranthanki 9. Illupur 10. Manalmelkudi 11. MADURAI 1. Venkatachalapuram 2. Melur 3. Thirumangalam 4. Usilampatti 5. Vadipatti 6. Thopur 7. Madurai (South) 8. Madurai (North) 9. Poraiyur 12. NILGIRIS 1. Ooty 2. Coonoor 3. TNCSC Godown, Kothagiri 4. Gudalur 5. Pandalur 6. Kundah

Signature of the tenderer ..5..

13. COIMBATORE 1. Mettupalayam Kandiyur Road 2. Valparai Godown 3. Care Godown Goundapalayam 4. Poosari Palayam Unit – I 5. Poosari Palayam Unit – II 6. Poosari Palayam Unit – III 7. Poosari Palayam Unit – IV 8. TNWC Godown Pollachi 9. Coimbatore (North) 10. Coimbatore (South) 14. TIRUPUR 1. Tirupur ICSS 2. RMC, Tirupur 3. Udmalaipettai Godown 4. Palladam Vadagapalayam 5. TNWC Avinashi 15. DHARMAPURI 1. Bommidi 2. Pochampalli 3. Denkanikottur 4. Dharmapuri 5. Polacode 6. Pennagaram 16. KRISHNAGIRI 1. Harur 2. Uthangiri 3. Krishnagiri 4. Hosur 5. Pappirettipatti 6. Thenkanikottai

Signature of the tenderer

..6..

17. ERODE 1. Solar 2. Ananda Mill – I Bhavani Ananda Mill - II Bhavani 3. Bhavani Taluk – I Bhavani Taluk - I Bhavani Taluk – I 4. SVR Dharmapuri – A SVR Dharmapuri – B 5. R.K.P.Kangeyam 6. S.V.R.Gobi 7. Kangeyam 8. Senepathipalayam - Erode 9. Sathumangalam 10. Perundurai 11. Dharapuram 12. Gopichettipalayam 18. TUTICORIN 1. Sattur Road, Kovilpatti 2. Marketing Sec. Kurukusalai 3. Thiruchendur 4. Srivaikuntam 5. Sathankulam 6. Madurai Road, Vilathikulam 7. Dr.Ambedkar Road Tuticorin 8. Ottapidaram 9. Ettayapuram 19. NAGAPATTINAM 1. Nagapattinam-CSUB Region 2. Thalanayar 3. Malliyam, Storage Complex

Signature of the tenderer

..7..

4. Nagapattinam 5. Vedaranyam 6. Akur 7. Taluk Godown Malliam 8. Sirkali, at MRM Erukkur 9. Voimedu 10. Arundavampulam 11. Mayiladuthurai – TNWc 12. Kilvelur 13. Thirukuvalai 14. Tharangampadi 20. SIVAGANGA 1. Karaikudi 2. Urani Karaikudi 3. M.K.G. Karakudi 4. Sivaganga 5. Devakottai 6. Manamadurai 7. Illayankudi 8. Thirupathur 21. RAMANATHAPURAM 1. Rameswaram 2. Paramakudi (B.G) 3. Paramakudi 4. Seeni (G) Mudukulathur 5. Ramanathapuram 6. Thiruvadanai 7. Kamudhi 8. Kadaladi 22. THIRUNELVELI 1. Ambasamudram 2. Nanguneri 3. Valliyoor 4. Tenkasi 5. TNWC Tirunelvelli

Signature of the tenderer ..8..

6. Palayamkottai TNWC 7. Sankarankoil 8. Radhapuram 9. Sengottai 10. Veerakeralampudur 11. Alangulam 12. Sivagiri 23. VIRUDHUNAGAR 1. KCASD Firm, Sivakasi 2. Panniyar GN., Rajapalayam 3. Valli Oil Mill – II V. Nag. Valli Oil Mill – III V. Nag. Valli Oil Mill – IV V. Nag. 4. Virudhunagar 5. Srivilliputhur – I, II 6. Sattur (G) 7. Arrupukottai 8. Thiruchuli 9. Kariapatti 24. KANYAKUMARI 1. Agatheswarar Weaver (G) 2. Kappakadu – II 3. Konam – I 4. Konam – II 5. Kappakadu – I 6. Thovalai 7. Kaikulam 8. Vilvankodu 25. VILLUPURAM 1. O/G.Sankarapuram 2. Thirukoilur Oil Mill 3. Villupuram 4. Dindivanam 5. Gingee

Signature of the tenderer

..9.. 6. Thirukoilur 7. Vanur 8. Ulundurpet 9. TNWC Chinnaselam 10. Kallakurichi 26. KARUR 1. TNWC Kulithalai 2. TNWC Karur 3. Aravankurichi 4. Krishnarayanapuram 27. PERAMBALUR 1. Perambalur 2. Veppanthatti 3. Konnam 28. Ariayalur 1. Ariyalur 2. Sendurai 3. Jayamkondam (Udayarpalayam) 29. THIRUVALLUR 1. Gummudipoondi 2. Pallipet 3. Mazarthpet 4. Thiruthani 5. Sembulivaram Ponneri Taluk 6. TNWC Thiruvallur 7. Ambattur 8. Uthukottai 9. Poonamallee 30. NAMAKKAL 1. Rasipuram 2. Thiruchengodu 3. Paramathi Vellore 4. Namakkal 31. THIRUVARUR 1. Vilakkudy 2. Muthupet 3. Valangaiman 4. Tiruvarur

Signature of the tenderer

..10..

5. Mannargudi 6. Moolangudi 7. Perugavelandan 8. Koilvenni (G) 9. Needamangalam 10. thiruthuraipoondi 11. Nannilam 12. Kudavasal 13. Valangaiman 32. THENI 1. Periyakulam 2. Theni 3. Uthamapalayam 4. Andipatti 5. Bodinayakanur

STATION: SIGNATURE AND OFFICIAL SEAL DATE: OF THE TENDERE