WIND AND SOLAR SPP SOLICITATION 2015 REQUEST FOR QUALIFICATION (RFQ) COMMERCIAL OPERATION OF WIND AND SOLAR SMALL POWER PROJECTS OCTOBER 2015 FOR

Similar documents
Energy. Request For Proposals for Renewable Power Supply Resources

Request for Proposals and Specifications for a Community Solar Project

FEED-IN TARIFF POLICY APPLICATION AND IMPLEMENTATION GUIDELINES

2012 Request for Proposals Solar On-site Renewable Energy Credits (REC)

PacifiCorp 2017S SOLAR Request for Proposals. Bidder s Conference Portland November 21, 2017

Rhode Island Renewable Distributed Generation Standard Contract Enrollment Application and Enrollment Process Rules

MCE Feed-In Tariff for Distributed Renewable Generation

May 25, Request for Proposals No Offsite Virtual Net Metering

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

OVERVIEW OF THE CFP PROCESS Co-Financing Grants for Commercial Renewable Energy Projects in Indonesia. Jakarta, 3 rd February 2015

CENTRAL MUNICIPAL POWER AGENCY/SERVICES

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

The Narragansett Electric Company d/b/a National Grid

AUSTIN ENERGY REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF RENEWABLE CAPACITY & ENERGY FROM RENEWABLE ENERGY RESOURCES

Southern California Edison Original Cal. PUC Sheet No E Rosemead, California (U 338-E) Cancelling Cal. PUC Sheet No.

PPT Presentation delivered on Pre-bid Conference II on RESCO tender for Rooftop Solar PV Projects in the State of Madhya Pradesh

CONSUMERS ENERGY COMPANY REQUEST FOR PROPOSALS SOLAR GENERATION PROJECTS. Bids Due: July 28, :00 noon EPT (Jackson, MI) Issued.

Tender 1/2018 Request for Existing Plant Pre-Qualification for the Power 2022 Procurement Process

Commercial Scale. Direct Ownership-Application. Renewable Energy Projects over 10kW. Commercial Block program details can be found at:

Request for Proposals

Refer to section 2.C. for more information on the evaluation criteria.

PPEA Guidelines and Supporting Documents

2017 Solar*Rewards Large Request for Proposals Solar On-site Renewable Energy Credits (REC)

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Life Sciences Tax Incentive Program

Energy Efficiency Alberta Residential and Commercial Solar Program Guidebook

El Paso Electric Company New Mexico Energy Efficiency and Load Management Programs

Energy Efficiency Alberta Residential and Commercial Solar Program Terms and Conditions

Application form for Commissioning Generation Facility Registration by a Market Participant. including explanatory notes

State of Qatar. Kahramaa Solar PV. Independent Power Project. Pre-Qualification Questionnaire ( PQQ ) for Applicant

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

2017 All Source Request for Proposals for Electric Power Supply and Load Management Resources. Pre-Bid Meeting

Request for Proposal (RFP)

Request for Proposal PROFESSIONAL AUDIT SERVICES

Life Sciences Tax Incentive Program

ADVERTISEMENT OF PUBLIC NOTICE

ATTACHMENT B. 1. Intent to Bid/Bidder Contact Information Form. 2. Executive Summary. 3. Proposal Characteristics and Term Sheet

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

Appendix B-1. Feasibility Study Task Order Template

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

Request for Proposals (RFP)

NOTICE OF REQUEST FOR PROPOSALS

RFP No Interim General Counsel Services

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Financing Agreement. (Zanzibar Basic Education Improvement Project) between THE UNITED REPUBLIC OF TANZANIA. and

Attention: Suncorp Solar Potential Investors and Shareholders SMALL IPP PROGRAM SOUTH AFRICA RENEWABLE ENERGY MARKET

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

DOCUMENTS GPOBA GRANT NUMBER TF Global Partnership on Output-based Aid. Grant Agreement

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

RE: Request for Proposal Number GCHP081517

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposal

INVITATION TO BID (Request for Proposal)

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

microfit FAQ Version 4.1

STATE OF NEW HAMPSHIRE PUBLIC UTILITIES COMMISSION DE Residential Renewable Electric Generation Incentive Program

Feed-in Tariff Scheme: Guidance for Licensed Electricity Suppliers

PHILADELPHIA ENERGY AUTHORITY

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Request for Proposal

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Request for Proposals and Specifications for a Distributed Generation Solar Project entitled The Freeman Coliseum Solar Project

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

TOWN OF STOUGHTON COMMUNITY CHOICE POWER SUPPLY PROGRAM AGGREGATION PLAN COLONIAL POWER GROUP, INC.

Request for Qualifications Construction Manager at Risk Contract

Memo of Understanding - Evergreen Options Grant Award

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Solar Electricity For Community Buildings Pilot Program. Workbook

The Narragansett Electric Company d/b/a National Grid

Enduring Connection Policy Stage 1 (ECP-1)

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

Request for Proposals (RFP)

KENYA INFRASTRUCTURE AND PPP PROJECT SOUTH EASTERN KENYA UNIVERSITY HOSTELS PPP PROJECT

Londonderry Finance Department

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

SOUTH CAROLINA ELECTRIC & GAS COMPANY REQUEST FOR PROPOSALS FOR SOLAR PHOTOVOLTAIC DISTRIBUTED ENERGY RESOURCES AT TWO DESIGNATED SITES

Request for Proposal: NETWORK FIREWALL

REQUEST FOR PROPOSALS RFP# CAFTB

Transcription:

WIND AND SOLAR SPP SOLICITATION 2015 REQUEST FOR QUALIFICATION (RFQ) FOR COMMERCIAL OPERATION OF WIND AND SOLAR SMALL POWER PROJECTS OCTOBER 2015 Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 1 of 29

Table of Contents 1. Definitions and Interpretation... 3 2. Second Generation SPP Framework... 6 3. Request for Qualification... 6 4. Key Information for Candidates... 8 4.1 Solicited Capacity... 8 4.2 Eligible Locations... 8 4.3 Land Rights... 8 4.4 Applicable Power Purchase Agreements... 9 4.5 Facility Configuration... 9 5. Qualification Submissions... 9 5.1 Requirements... 9 5.2 Submission Procedures... 10 5.3 Strict Compliance Required... 11 5.4 Accuracy Required... 11 5.5 Authentication... 11 5.6 Evaluation Fee... 11 5.7 Bid Security... 11 5.8 Multiple Proposals... 11 5.9 Receipts... 12 6. Qualification Evaluation... 12 6.1 Qualification Criteria... 12 6.2 EIPC...Error! Bookmark not defined. 6.3 Records of Proceedings... 14 6.4 Appeals... 14 7. Competitive Bidding Schedule... 15 8. Terms and Conditions Governing this RFQ... 16 8.1 Reservation of Rights of EWURA... 16 8.2 Objection to RFQ Terms... 16 8.3 Confidentiality... 16 8.4 No Liability... 17 8.5 Due Diligence... 17 8.6 Grievances... 17 9. Annexes to These Instructions... 17 Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 2 of 29

1. DEFINITIONS AND INTERPRETATION In these Instructions and each Annex, capitalized terms have the meanings given to them in The Electricity (Development of Small Power Projects) Rules, 2015 ( SPP Rules ) and associated Standardized Power Purchase Agreements ( SPPAs ), and as set forth below. Also, these Instruction and Annexes should be read together with the Wind and Solar SPP Solicitation 2015 Concept Paper. Term Solicitation Small Power Producer (SPP) Request for Qualification (RFQ) Procuring Entity Meaning or Cross Reference Solicitation refers to the competitive bidding process for commercial operation of Small Power Producers utilizing wind or solar power technology. It includes a Request for Qualification, identification of Qualified Bidders, a Request for Proposals from Qualified Bidders, and identification of Successful Bidders. Small Power Producer means an entity generating electricity in the capacity between one hundred (100) kw up to ten (10) MW using Renewable Energy, fossil fuels, a cogeneration technology, or some Hybrid System combining fuel sources mentioned above and either sells the generated power at wholesale to a Distribution Network Operator or at retail directly to a Customer or Customers. An SPP may have an installed capacity greater than ten (10) MW but shall only export power at the Interconnection Point not exceeding ten (10) MW. Request for Qualification ( RFQ ) refers to the invitation for Candidates to seek qualification to bid for tendered wind and solar small power project with capacity from 1MW to 100MW, as outlined in these Instructions and Annexes. The Procuring Entity for the Solicitation is the Distribution Network Operator ( DNO ). Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 3 of 29

EWURA or the Authority Response to Qualification Distribution Network Operator (DNO) or Off-Taker Candidate or Bidder Bid Price or Unit Price Qualified Bidder Request for Proposals (RFP) The Authority is the Energy and Water Utilities Regulatory Authority of Tanzania ( EWURA ), established by Section 4 of the Energy and Water Utilities Regulatory Authority Act, Cap. 414 of the Laws of Tanzania. A Response to Qualification is a non-binding proposal by a Candidate to install and operate a small power plant with capacity from 1MW to 10MW using wind or solar technology or a hybrid system as prescribed in the SPP Rules based on the terms and conditions listed in the RFQ and RFP. Specifically, a Response to Qualification must take the form of a properly completed and submitted Qualification Questionnaire, attached as Annex 1 of the RFQ. Distribution Network Operator ( DNO ) means a distribution network operator responsible for the operation of a distribution network at 33 kv or below. A Candidate or Bidder is a Person or entity submitting responding to the RFQ by submitting a Qualification Questionnaire. Candidate also includes a Candidate Entity which may be a group of Persons in the form of a consortium, joint venture, or and special purpose vehicle (SPV) of similar structure. Bid Price or Unit Price is the per-unit (kwh) price, levelized for the term of a PPA, at which a Qualified Bidder proposes to sell electricity from a wind or solar SPP to the DNO. A Qualified Bidder is a Candidate whose Qualification Questionnaire passes initial review by the Electricity Infrastructure Procurement Committee ( EIPC ), falls within the solicited capacity, and that the EIPC plans to invite to submit a binding Project Proposal in response to a Request for Proposals. The Request for Proposals will follow the RFQ and will be open only to Qualified Bidders who will be invited to submit binding Project Proposals. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 4 of 29

Project Proposal Electricity Infrastructures Procurement Committee (EIPC) Successful Bidder Main Grid Isolated Mini-Grid Standardized Power Purchase Agreement (SPPA) Interconnection Point Contracted Capacity Interconnection Facilities A Project Proposal is a binding offer by a Qualified Bidder to install and operate a small power plant using wind or solar technology or a hybrid system as prescribed in the SPP Rules based on the terms and conditions listed in the Request for Proposals and the Qualified Bidders subsequent bid. EIPC is the Committee established under Regulation 4 of Electricity (Establishment of EPIC) Regulations 2015. A Successful Bidder is the Qualified Bidder whose binding Project Proposal the EIPC approves for the Procuring Entity to pursue. Main Grid means the interconnected electricity transmission network of Mainland Tanzania, to which the largest cumulative capacity of electricity generating facilities is connected. Isolated Mini-Grid means an electricity transmission and distribution network physically isolated from the Main Grid. Standardized Power Purchase Agreement ( SPPA ) means the power purchase agreement entered between the DNO/Buyer and SPP/Seller for the sale of electric power. Interconnection Point means a point where the SPP/Seller s facility electric output line or electric system feeds into the electric system to which it delivers power, whether owned by the DNO/Buyer or another entity and is the point at which the DNO/Buyer or another entity assumes ownership or wheeling responsibility for the power received and measured by a meter. The export capacity of the generating facility not exceeding the limit declared for Small Power Producer facilities. All the facilities to be constructed by or for the Bidder to connect the small power project in a specified distance to the Interconnection Point of the grid substation. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 5 of 29

2. SECOND GENERATION SPP FRAMEWORK The Government of Tanzania ( GoT ) recognizes that renewable energy sources including hydro, biomass, biogas, geothermal, wind, and solar can increase and diversify the supply of electricity in Tanzania, while also presenting opportunities for increasing income and generating employment. In 2008, the Energy and Water Utilities Regulatory Authority of Tanzania ( EWURA or the Authority ) promulgated Rules and Guidelines for development of small power projects ranging from 100 kw up to 10 MW (the SPP Framework ) to capitalize on renewable energy opportunities. In 2014, pursuant to section 19(2) of the EWURA Act, EWURA consulted stakeholders and prepared the Second Generation SPP Framework designed to respond to challenges identified during implementation of the First Generation SPP Framework and thereby further improve the conditions for small power project investments in Tanzania. The Second Generation SPP Framework covers the development of small hydro, biomass, wind, and solar energy projects of capacity ranging from 100kW up to 10MW, and is based on two approaches: a Renewable Energy Feed-in Tariff ( REFIT ) approach for small hydro and biomass (not grown-biomass energy plantation) projects ranging from 100kW to 10MW; and a competitive bidding approach for wind and solar projects ranging from 1MW to 10MW. Tendering of wind and solar small power projects will be conducted primarily through a Request for Qualification, identification of Qualified Bidders, a Request for Proposals, and selection of Successful Bidders. This RFQ constitutes the first stage of competitive bidding. 3. REQUEST FOR QUALIFICATION The EIPC hereby invites developers who have the necessary qualifications as set forth in this RFQ to be pre-qualified to bid on a first round of [MEM to declare the required capacity] for commercial operation of small power projects with capacity from 1MW to 10MW using wind or solar power generation technologies or hybrid systems, and to sell the output electricity to a Distribution Network Operator ( DNO ) under a fixed-price SPPA for a term of between twenty and twenty-five years. The proposed small power projects shall involve: (i) (ii) (iii) Installation of generating capacity; Construction of Interconnection Facilities to inject at the Interconnection Point, the electricity generated to the Main Grid or Isolated Mini-Grids owned and operated by a DNO. The DNO shall provide the EPC tender document for the interconnector which conforms to the best technical specification and compliance with National and International standards and; Operation and maintenance of both the generating units and Interconnection Facilities. Whether a Candidate has such qualifications will be determined through the evaluation process described in Section 6 of this RFQ. Qualified Bidders will be notified of their eligibility to submit a Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 6 of 29

binding Project Proposal. Only Qualified Bidders will be eligible to bid at the Request for Proposal stage. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 7 of 29

4. KEY INFORMATION FOR CANDIDATES 4.1 Solicited Capacity RFQ INSTRUCTIONS The EIPC hereby seeks Responses to Qualification for grid-connected wind and solar small power projects. Up to [MEM declared] nominal capacity will be awarded in this initial Capacity Addition Round for connection to the Main Grid. For Isolated Mini-Grids, solar and wind small power project capacity will be tendered where the DNO has identified unmet existing or future demand, and in an amount commensurate with existing or planned substation capacity. In areas where there are existing generation facilities using fossil fuels, Bidders may be allowed to replace up to 75% of the DNO s existing generating capacity when generation from wind or solar are available. 4.2 Eligible Locations 4.2.1 Projects are proposed to be located nearest to an existing substation to minimize the cost of interconnection facilities. However, projects may be proposed at a reasonable distance from the existing substation depending on the findings of areas with good solar irradiations and sufficient wind speed. The interconnection point i.e. location of revenue meter shall be in the DNO substation. Therefore, costs for interconnection facilities will be borne by the Preferred Bidder and will be included in the Bid Price. 4.2.2 Candidates should refer to Annex 2 (Existing and Future Transmission System Information) for eligible locations and recommended Interconnection Points on the existing transmission network. To assist Bidders in identifying eligible and preferable locations for small power projects, Annex 2 provides transmission system information, together with planned system expansion. Also included in Annex 2 is information regarding the DNO s current assessment of locations that have spare substation capacity and are not expected to suffer from transmission constraints over the next decade and those that may be upgraded and the expected cost allocation that may be attributed to the Bidder s Project. Annex 2 also indicates upper limits for additional generation capacity that may be injected at existing substations. 4.3 Land Rights 4.3.1 The Candidate must have either secured land rights that clearly demonstrate it has control over the site(s) and related interconnection corridor, or reasonably expect to acquire sufficient land rights for the project, and that the site is suitable for an SPP. 4.3.2 If the proposed small power project will comprise an expansion project at an existing facility, the Candidate must describe the proposed shared facilities arrangements, key parties, and commercial terms. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 8 of 29

4.4 Applicable Power Purchase Agreements 4.4.1 Qualified Bidders will be required to submit with their binding Project Proposals a signed declaration accepting the terms of the applicable Standardized PPA, either for Main Grid-connected small power projects or for those connected to Isolated Mini- Grids owned and operated by the DNO. Current versions of the two SPPAs are posted on the website www.ewura.go.tz and are included in Annex 3 of this RFQ. 4.4.2 The Authority and DNO recognizes that certain features of the SPPAs published at www.ewura.go.tz may need to be modified to reflect the actual configuration of a small power project, and expects the Candidate to recommend necessary modifications only to the extent required to set out the information called for in the SPPA. 4.4.3 The Authority and DNO recognize that certain provisions of the SPPAs may be amendable to improvement for this, or any future, Solicitation. Candidates are invited to identify potentially challenging PPA provisions, and to suggest potential improvements. The Authority and DNO emphasize that Candidates comments should be narrowly tailored to identify only those provisions that would prevent the Candidates future submission of a binding Project Proposal, and should propose improvements to resolve such concerns. The Authority and DNO will consider such tailored feedback, but assume no obligation or responsibility to amend the SPPAs. 4.5 Facility Configuration 4.5.1 Candidates are invited to select and offer their own configuration for the SPP including generating unit sizes, layout, and technology. The DNO has no preference for the particular wind or solar technology adopted, provided that the technology is proven for utility-scale grid-connected applications. Candidates should make technology selections considering the evaluation criteria adopted in this RFQ, including the importance to the DNO of the cost of electricity and the availability of the SPP output. 4.5.2 Successful Bidders ultimately will be responsible for designing, engineering, procuring equipment, and constructing the facility. All performance risks for constructing and bringing the facility into commercial operation will be borne by the Bidder. 4.5.3 The capacity of any wind or solar power station will be limited to a maximum of 10 MW nominal capacity contracted for purchase by the DNO, although the total installed capacity may exceed 10 MW. 5. QUALIFICATION SUBMISSIONS 5.1 Requirements 5.1.1 To be eligible to bid on the first round for wind and solar small power projects, Candidates must be Qualified Bidders. No binding Project Proposal will be accepted Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 9 of 29

from a Candidate that has failed to comply with these requirements and been listed by EIPC as a Qualified Bidder pursuant to the evaluation process set forth in these Instructions. 5.1.2 To be Qualified, each Candidate must complete and submit to EIPC the Qualification Questionnaire attached to this RFQ, comprising: Form 0 Candidate Contact Information Form 1 Project Development Consortium Information Form 2-XX Candidate Project Development Experience Solar Power Plant/Wind Farm Form 3 Proposed Construction Site Location and Description for Wind or Solar Project Form 4-XX Exemplary Solar Plant/Wind Farm Design Form 5 Candidate s Exemplary Financial Model Information and provide all information requested therein. Each Qualification Questionnaire must be signed, in the manner designated at the end of the Candidate Contact Information Form-0, by an individual who has the legal authority to bind the Candidate on whose behalf that person is signing. 5.1.3 If any information provided by a Candidate becomes inaccurate, the Candidate must immediately notify EIPC and provide updated, accurate information in writing. Candidates may deliver written updates in person or sent via mail to the following address (other means of transmission, including facsimile or email, will not be accepted): 5.2 Submission Procedures <EIPC Secretariat at DNO physical and mailing address> 5.2.1 The Qualification Questionnaire may be downloaded at the DNO website at <URL>. Completed Questionnaires must be submitted no later than <Date>. 5.2.2 Each Candidate shall submit to EIPC five (5) hardcopies and one (1) electronic copy in PDF format of completed Questionnaires in a sealed envelope. Completed questionnaires may be delivered in person or sent via mail (other means of transmission, including facsimile and e-mail, will not be accepted): Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 10 of 29

< EIPC Secretariat at DNO physical and mailing address > 5.2.3 EIPC may refuse to grant Qualification status where the requested information and materials are not provided. There is no appeal from a denial due to an incomplete application; however, the Candidate will be informed which documents or information are required to complete the application and shall be permitted to submit a complete application. 5.2.4 The list of Qualified Bidders for the first Capacity Addition Round will be posted on the DNO website at <URL> by <Date>. 5.2.5 Candidates receiving a determination of Not Qualified will be notified by mail of their status. 5.3 Strict Compliance Required Candidates are cautioned to submit Qualification Questionnaires in strict accordance with the RFQ. A Qualification Questionnaire that does not comply with these Instructions or Annexes will not be considered for further processing. Candidates shall quote data in the manner specified in these Instructions and the relevant Annexes. 5.4 Accuracy Required Each Qualification Questionnaire must set forth information that is complete, accurate, and sufficiently detailed to respond fully to this RFQ. Such information must be sufficiently detailed to allow EIPC to confirm unequivocally all representations made by the Candidates in its proposal. It is the Candidates responsibility to provide documentation meeting these standards, and EIPC will not be under any obligation to request additional documentation if the submitted documentation is insufficient in the EIPC s judgment. 5.5 Authentication The Qualification Questionnaire is to be prepared by the Candidate or its agents and authenticated by signature of an officer or other agent authorized to sign on behalf of the Candidate. 5.6 Evaluation Fee No fee will be charged for evaluating a Qualification Questionnaire. 5.7 Bid Security No security is required to be posted with a Qualification Questionnaire. 5.8 Multiple Proposals 5.8.1 A Candidate may submit Qualification Questionnaires for several projects, but the aggregate capacity proposed by a Candidate may not exceed 50% of the tendered capacity. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 11 of 29

5.8.2 Each Qualification Questionnaire must be submitted individually in accordance with the Submission Procedures. Each Response to Qualification will be evaluated separately on its own merits. 5.9 Receipts At the time of delivery of a Qualification Questionnaire, EIPC will issue a receipt for that delivery. EIPC will also post on the official website <URL> a list of all Candidates after the Qualification Deadline passes. 6. QUALIFICATION EVALUATION 6.1 Qualification Criteria 6.1.1 The key criteria for passing Qualification evaluation are whether the Candidate: Possesses technical capability to develop a wind or solar power project; Demonstrates financial solvency and commercial good standing; and Possesses land control and zoning approvals for a proposed project site or clearly demonstrates how necessary land control and zoning approvals are reasonably expected to be achieved. 6.1.2 Specifically, the Qualification Questionnaire will be evaluated on the following bases: Form-1: Project Development Consortium Information Candidate must provide contact information about the lead sponsor and any consortium members for project development, respective financial solvency/strength, experience with wind and/or solar project development in Tanzania, and current related/ unrelated investments in Tanzania. Form-2-XX: Candidate Project Development Experience for Solar Power Plant or Wind Farm Candidate and partner(s) must demonstrate a minimum level of previous national or international experience in designing and building at least two wind or solar projects of capacity > 100 kw. Questions in Form-2-XX are pass/fail. Form-3: Proposed Construction Site Location and Description for Wind or Solar Project Candidate must provide relevant information about the availability of a proposed wind or solar project construction site, present legal ownership of the land, and connectivity of the site to nearest public and private infrastructures. The minimum information required is the existence of a construction site and all questions answered in Form-3 including a meaningful image documentation of the construction site. All questions in Form-3 are pass/ fail and the candidate must pass all of the questions to be qualified to proceed with the evaluation process. Form-4-XX: Exemplary Solar or Wind Plant Design Candidate must provide an exemplary solar or wind project layout that fairly represents the Candidate s project design and fits the available area at the construction location. The minimum information required is the availability of a construction site and all questions answered of Form-4. All questions in Form-4 are pass/fail and the Candidate must Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 12 of 29

answer all of the questions to be qualified to proceed with the evaluation process. Data will be validated for consistency and technical viability. Form-5: Candidate s Exemplary Financial Model Information Candidate must already disclose the structure of its financial model at the Qualification stage. The minimum information required is to provide a value to any of the variables 1 through 39 or declare the variable as not applicable (N/A) for its financial model. No price determination is required and should be avoided. 6.2 Electricity Infrastructure Procurement Committee (EIPC) 6.2.1 EIPC will be convened by the Procuring Entity and will complete all phases of the evaluation process on behalf of the DNO and report findings with its recommendations for action by the DNO. 6.2.2 At the first opening session, EIPC will open all Qualification Questionnaires. Promptly after that opening, the DNO will post on the website <www.tanesco.co.tz> the number of proposals received. 6.2.3 Following the first opening session, EIPC will evaluate the Qualification Questionnaires for compliance with the Solicitation procedures and requirements and for meeting threshold levels of proposal quality. 6.2.4 Individuals on EIPC or acting under its direction may be nominated to review aspects of a Qualification Questionnaire within that individual s discipline and propose a pass/fail recommendation for adoption by EIPC. The review of aspects of each Qualification Questionnaire will be allocated by discipline. Reviewers will be aware of all information within a Qualification Questionnaires under review. 6.2.5 Reviewers will not disclose or discuss the Qualification Questionnaires under their review with other reviewers until all reviews of a Questionnaire have been completed and submitted to the EIPC. 6.2.6 Based on the findings during the review of Qualification Questionnaires, the EIPC will recommend to the DNO in writing those Candidates that should be Qualified and invited to submit binding Project Proposals. The EIPC recommendation to the DNO will contain as attachments the completed review sheets and other records of the EIPC supporting its recommendation. All final determinations will be made in writing or by resolution by an appropriately authorized Person or Persons on behalf of the EIPC, but may be reviewed and rejected by the DNO within fifteen (15) business days. 6.2.7 The DNO will prepare a written report stating whether it endorses the EIPC s recommendation and a brief statement of the grounds for its endorsement or rejection. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 13 of 29

6.2.8 Following the evaluation of Qualification Questionnaires, the EIPC will announce Qualified Bidders. 6.2.9 The EIPC will notify the shortlisted Qualified Bidders via electronic mail and post the shortlist on the website <www.tanesco.co.tz> on the relevant date specified in the Solicitation Schedule. 6.3 Records of Proceedings 6.3.1 All determinations of the EIPC in connection with the Solicitation shall be in writing and accompanied by a brief statement of the facts and analysis upon which such determination is based and may incorporate other documents and information by reference. 6.3.2 Minutes of all proceedings of the EIPC and the DNO in connection with the Solicitation will be prepared and kept in the records and archives of the DNO. 6.3.3 The EIPC may record and publish the names of Candidates, the presence or absence of the requisite documentation, or such other details as the DNO, at their discretion, deem to be in the public interest. 6.3.4 EIPC reserves the right to rescind any candidate s pre-qualified status if it is determined that the facts provided by the Candidate are inaccurate. The EIPC requires at least thirty (30) calendar days to process written Questionnaires. 6.4 Appeals 6.4.1 Where a timely and completed Questionnaire results in a Not Qualified status, an appeal can be made. The Candidate may file a completed letter of appeal to Public Procurement Regulatory Authority (PPRA). 6.4.2 Unless a timely appeal is filed, the Candidate waives any and all rights to challenge the decision of the PPRA, whether by administrative process, judicial process or any other legal process or proceeding. 6.4.3 The letter of appeal must include a written statement specifying in detail each and every one of the grounds asserted for the appeal. The letter of appeal must be signed by an individual authorized to represent the Candidate, and must cite the relevant section of the RFQ or Form on which the appeal is based. In addition, the Candidate must specify facts and evidence sufficient for PPRA to determine the validity of the appeal. 6.4.4 Appeals or notices of appeals made orally (e.g., by telephone) will not be considered. Letters of appeal must be delivered to: Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 14 of 29

<PPRA Address> 6.4.5 If the Candidate files a complete and timely letter of appeal, a review of the appeal shall commence as soon after receipt of the request as practicable. The review shall be an informal process conducted by PPRA or its designee and will be based upon the information submitted by the Candidate in its letter of appeal and the requirements of this RFQ. The Authority will notify the Candidate in writing of its decision at the conclusion of the review. The decision of PPRA is final. The date for submission and opening of bids for a specific project will not be delayed or postponed to allow for completion of an appeal process. 7. COMPETITIVE BIDDING SCHEDULE The SPP Competitive Bidding process is expected to proceed along the following timeline, beginning with announcement of the RFQ: Date Time Event (mos.) 0 Announcement of Request for Qualification +1 month 1 Deadline for submission of completed Qualification Questionnaires +2 months 3 Posting of list of Qualified Bidders on DNO website + 1 week 3.25 Notification of Candidates that received a determination of Not Qualified by mail + 1 week 3.5 Deadline for filing a letter of appeal as response to the Not Qualified determination + 2 weeks 4 Notification of Request for Proposals by Qualified Bidders and issuance of RFP + 9 months 13 Deadline for submission of binding Project Proposals for solar projects + 15 months 19 Deadline for submission of binding Project Proposals for wind projects + 0 weeks 13 Deadline for Initial Bid Security Payment of 4 USD per kw bidcapacity for solar projects + 0 weeks 19 Deadline for Initial Bid Security Payment of 4 USD per kw bidcapacity for wind projects + 2 months 15 Posting of anonymous list of successful Solar Project Proposals on DNO website + 2 months 21 Posting of anonymous list of successful Wind Project Proposals on DNO website + 1 week 15.25 Deadline for Successful Bidders to submit Successful Bid Withdrawal Form to DNO for solar projects Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 15 of 29

+ 1 week 21.25 Deadline for Successful Bidders to submit Successful Bid Withdrawal Form to DNO for wind projects + 0 weeks 15.25 Deadline for Second Bid Security Payment of USD 50 per kw bidcapacity for solar projects + 0 weeks 21.25 Deadline for Second Bid Security Payment of USD 50 per kw bidcapacity for wind projects + 12 months 27. 25 Deadline for commercial operation date (COD) for solar and any refund or loss of Security Payment + 24 months 45.25 Deadline for commercial operation date (COD) for wind and any refund or loss of Security Payment 8. TERMS AND CONDITIONS GOVERNING THIS RFQ 8.1 Reservation of Rights of EIPC The issuance of this RFQ does not constitute an agreement by the EIPC that any subsequent selection process will occur or that any contract will be entered into by the DNO. The EIPC expressly reserves the right at any time to: Waive any defect or informality in any submitted Qualification Questionnaire or the procedure set forth in this Request for Qualification; Reject any or all Questionnaires; Issue a new request for qualifications in lieu of this RFQ; Change the pre-qualification requirement(s); Change the subsequent selection process; or Determine that a bid or bids will not be pursued. 8.2 Objection to RFQ Terms 8.2.1 If a Candidate objects on any ground to any provision or legal requirement set forth in this RFQ, the Candidate must, not more than ten (10) days after the RFQ is issued, provide written notice to EIPC setting forth with specificity the ground(s) for the objection. The failure of a Candidate to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. 8.3 Confidentiality RFQ information may include proprietary or confidential information. The EIPC will take reasonable precautions and use reasonable efforts to protect such information, provided that such information is clearly identified as proprietary or confidential on the page on which it appears. The EIPC reserves the right to release such information to its advisors or consultants for purposes of evaluating and statistical evaluation of data. The EIPC and its agents and consultants will not be liable for any damages resulting from any inadvertent disclosure before, during, or after the RFQ process. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 16 of 29

8.4 No Liability The DNO will not reimburse any Candidate for any costs or expenses incurred in the preparation or submission of a Qualification Questionnaire. The DNO will not be responsible for any loss or damage resulting from disqualification or loss of any Questionnaire. 8.5 Due Diligence Each Candidate shall be deemed to have carefully examined all of the terms, conditions and specifications of this RFQ, and also to have fully informed itself as to all conditions affecting development of the small power project. Failure to do so is at the Candidate s risk, and no claim will be considered at any time for reimbursement of any expenses incurred as a result of any misunderstanding with regard to the conditions imposed by this RFQ. 8.6 Grievances An aggrieved Candidate must lodge with the Public Procurement Appeals Authority any complaint with respect to the EIPC s action on the Solicitation pursuant to Public Procurement Act, Cap xxx. Failure to do so will constitute a waiver of the right to do so. 9. ANNEXES TO THESE INSTRUCTIONS The following Annexes to these Instructions are incorporated herein by reference: Annex 1 Qualification Questionnaire, comprising Forms 0 5 Annex 2 Existing and Future Transmission System Information Annex 3 Standardized Power Purchase Agreements Annex 4 Interconnection Guidelines Part A, B, and C Annex 5 Grid Code Annex 6 Draft Distribution Network Code Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 17 of 29

ANNEX 1 QUALIFICATION QUESTIONNAIRE [THIS PAGE INTENTIONALLY BLANK.] Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 18 of 29

Form-0: Candidate Contact Information Firm Name Corporate Partnership Sole Proprietor Contact Person Address Country: City: Postal Code: Street: Number: E-mail Address If firm is a sole proprietor or partnership list owner(s) of company I, the undersigned, certify and declare that I have read all the answers to this Qualification Questionnaire and know their contents. The matters stated in the Questionnaire answers are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I declare that the foregoing is correct. Dated: Signature Print Name Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 19 of 29

Form-1: Project Development Consortium Information # Details Lead Sponsor Consortium Member-1 Consortium Member-2 1 Company Name 2 Full address of head quarter 3 Legal structure 4 Place of incorporation 5 Stock market listed YES/NO YES/NO YES/NO 6 Full address of local office, if any 7 Name of Authorized Person 8 Position of Authorized Person 9 E- Mail Address 10 Telephone number(s) 11 Company Webpage URL Year 2012 2013 2014 2012 2013 2014 2012 2013 2014 12 Annual Turnover, Million USD 13 Operating Profit, Million USD 14 Equity, Million USD 15 Outstanding debt, Million USD 16 Investments in Tanzania, Mill. USD 17 Number of employees 18 Permanent staff 19 Solar PV experience in Tanzania YES/NO YES/NO YES/NO 20 Wind Farm experience in Tanzania YES/NO YES/NO YES/NO Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 20 of 29

Form-2-Solar: Candidate Project Development Experience Solar Power Plant Note: Add additional tables. List one project per table only # Required Information Candidate Response for Project No. 1-Solar 1 Project Name 2 Country Location 4 Name of Sponsor -1 Share % 5 Name of Sponsor -2 Share % 6 Name of Sponsor -3 Share % 7 Name of Sponsor -4 Share % 8 Name of O&M contractor 9 Name of EPC contractor 10 Name of lender(s) 11 Project Development status Operational since: Under Construction Financial Close Project site selected Planned 12 Actual services provided by Candidate 13 Candidate s present role in the project 14 No. Modules Rated Wp per Module 15 16 No Inverters Rated kva per Inverter Manufacturer: Manufacturer: Product ID: Product ID: Turnkey investment Million USD: MW installed: Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 21 of 29

Form-2-Wind: Candidate Project Development Experience Wind Farm Note: Add additional tables. List one project per table only # Required Information Candidate Response for Project No 1-Wind 1 Project Name 2 Country Location 3 Name of Sponsor -1 Share % 4 Name of Sponsor -2 Share % 5 Name of Sponsor -3 Share % 6 Name of Sponsor -4 Share % 7 Name of O&M Contractor 8 Name of EPC Contractor 9 Name of lender(s) 10 Development Status Operational since: Under Construction Financial Close Project site selected Planned 11 Actual services provided by Candidate 12 Candidate s present role in the project 13 No. Turbines Rated MW Manufacturer and Type: Product ID: 14 Area km 2 MW installed Location Inland zone: Coastal zone: Off shore: 14 Turnkey investment costs Million USD Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 22 of 29

Form-3: Proposed Construction Site Location and Description for Wind or Solar Project A. Information on the location of the proposed construction site 1.1 Region 1.2 District 1.3 Wards 1.4 Postal Code 1.5 GPS position (WGS84) 1.5.1 Latitude 1.5.2 Longitude B. Additional supplementary information on the proposed construction site 2.1 Present legal owner of the land 2.1.1 Name 2.1.2 Surname 2.1.3 Company (If the owner is a legal partnership or legal person) 2.1.4 Approximate size of proposed construction site in hectare 2.1.5 Present use of land: Commercial Industrial Agricultural Herding None 2.2 Connectivity of location to public and private infrastructures and water 2.2.1 Distance to nearest sealed public road in km 2.2.2 Public road number 2.2.3 Distance to nearest interconnection point with the grid in km 2.2.4 Grid voltage kv 2.2.5 Distance to the nearest TANESCO substation in km 2.2.6 Distance to nearest water supply in km 2.2.7 Type of water supply: Piped Well River Creek 2.2.8 Distance to nearest railway station in km 2.2.9 Distance to nearest village, dwelling or hamlet in km 2.2.10 Number of residents Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 23 of 29

2.3 Images of Proposed Construction Site Notes: a) Insert in fields most recent meaningful and distinctively different twelve images taken at proposed construction site. b) Images to show construction site landscape, present vegetation, buildings, and any other relevant infrastructure characteristic of the site. Provide sub titles for images 1 2 Title: Title: Date taken: Date taken: 3 4 Title: Date taken: Title: Date taken: 5 6 Title: Date taken: Title: Date taken: Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 24 of 29

7 8 Title: Title: Date taken: Date taken: 9 10 Title: Title: Date taken: Date taken: 11 12 Title: Date taken: Title: Date taken: Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 25 of 29

Form-4-PV: Exemplary Solar Plant Design Insert Google Map image. Draw rectangle at construction site Latitude and Longitude Exemplary layout of proposed PV solar power plant 1-10 MW 1 Available area for PV solar field Hectare 2 Global irradiation inclined at Degree kwh/m 2 per annum 3 Module inclination at location Degree 4 Module azimuth Degree 5 Plant layout pitch meters 6 Plant space between rows meters 7 Shading angle Degree 8 Total installed capacity MWp 9 Number of modules 10 Rated single module capacity Wp 11 Number of modules per string 12 Number of strings per inverter 13 Number of inverters 14 Installed inverter capacity MVA 15 Typical module make and type 16 Typical inverter make and type 17 Expected project life cycle output MWh sent for years 18 Solar resource assessment 19 - GHI data bank? Yes Ref: 20 - On site monitoring? Yes Monitoring since: mm/yyyy until mm/yyyy Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 26 of 29

Form-4-Wind: Exemplary Wind Farm Design WECS layout of the Wind farm at the proposed location Insert Google Map image. Draw rectangle at construction site Latitude and Longitude Exemplary wind farm design 1 MW - 10 MW 1 Available area for wind farm km 2 2 WECS nominal capacity MW 3 Blade length meters 3 Hub height meters 4 Total height meters 5 Manufacturers rated wind speed range m/s to m/s 6 IEC Class of WECS 7 Number of WECS per square kilometer 8 Wind farm installed capacity MW 9 Estimated full load hours of wind farm hours (year) and capacity factor % 10 Status of wind resource assessment 10a - Wind energy resource atlas data Yes Reference: 10b - On site monitoring tower? Yes Height m; Monitoring mm/yyyy until mm/yyyy 10c - Other means? Yes 11 Monitoring data statistics? 11a - Weibull distribution Yes/No 11b - Wind energy rose (kwh/m 2 /year) Yes/No 11c - Mean wind speed rose (m/s) Yes/No 11d - Wind speed frequency rose (%) Yes/No Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 27 of 29

Form-5: Candidate s Exemplary Financial Model Information Technology: Solar/Wind MW installed Plant Capacity Factor % Candidate s response # Flag Data specification Value Unit 1 End of quarter financial model start date Date 2 Construction duration months 3 Construction delays months 4 Delay cost per month in primary currency CCC/month 5 Project life, which includes ramp up period Years 6 Primary/secondary currency pair CCC/TZS 7 Contingency % 8 Model start date currency pair value CCC/TZS 9 Power plant name plate (design) capacity MW 10 Power plant cost in primary currency per MW installed CCC/MW 11 A- Power evacuation line cost to connect to grid up to 10 CCC km 12 B- Power evacuation line connection cost beyond 10 km CCC 13 C- Other CAPEX during construction period ( CCC ) 14 D- Other CAPEX during construction period ( CCC ) 15 Row 10 to 14 fixed asset depreciation years 16 CAPEX spend profile during construction duration (#2) %/month 17 Degradation of plant output per annum % linear 18 First full year normal operation sent 1 MWh per MW MWh/MW 19 Ramp-up generation period in number of quarters Number 20 Average reduced output per quarter during ramp up % 21 Post-tax RoE expectations in primary currency % 22 Senior debt/equity ratio % /% 23 Senior debt tenor in primary currency years 24 Grace period senior debt years 25 All-in rate per annum for senior debt % 26 Loan up-front fee % 27 Commitment fee per annum % 28 DSCR lockup x 29 DSCR target for repayment profile x 30 Export guarantee ( CCC Million of equipment CCC covered) 31 Export guarantee fee % of row 30 32 Debt service reserve account DSRA if any (initial balance), CCC 33 Corporate tax rate % 34 Withholding tax rate on primary currency dividends % 35 Fixed O&M costs per MW and year CCC/MW 1 Sent kwh refers to energy recorded at the revenue meter of the Seller. Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 28 of 29

36 Fixed O&M nominal cost escalation, per annum % 37 Variable O&M nominal cost CCC/MWh 38 Variable O&M nominal cost escalation, per annum % 39 Working capital account (if necessary) CCC Albrecht Kaupp kaupp@semeta.de 19.9.2015 Page 29 of 29