Nordecon International's response to allegations made in the media regarding the award of the public procurement contract for the design and construction of the Aruvalla-Kose road section


Following is the English translation of the company announcement made public on
12 October 2010: 


A reply to the competitors' accusations made on the Estonian public service TV  
channel ETV (7 October) and in the national daily Postimees (9 October)         

Contrary to the allegations spread in the media by Lemminkäinen Eesti and its   
partners, the bid made by Nordecon International's subsidiary Nordecon Infra for
the design and construction of the Aruvalla-Kose road section is technically    
correct, complies with all regulatory and contract notice requirements and is   
the most favourable one for the state both in the technical and financial terms.
                                                                                
The substance of all challenges concerning the process have been repeatedly     
reviewed not only by the Estonian Road Administration (the contracting          
authority), but also the Public Procurement Dispute Review Committee set up     
under the Ministry of Finance and an administrative court and all their         
decisions reflect the same - that Nordecon Infra has acted correctly and its bid
meets all effective requirements, being the most successful one of all          
qualifying tenders.                                                             

From the outset, Nordecon made the maximum effort to offer the highest possible 
technical quality and, at the same time, a reasonable price. It is a            
distinguishing feature of all design and construction tenders that the bidder   
has to do a lot of groundwork in order to find a solution that complies with the
rules and is also technically viable.                                           

Relevant facts:                                                                 

The public procurement tender for the design and construction of the E263       
Aruvalla-Kose road section was announced on 25 September 2008. According to the 
notice, the contract was to be awarded using the negotiated procedure.          

In the tender documentation that was available to all bidders the contracting   
authority, the Estonian Road Administration, provided for the suggestion of     
alternative solutions: “The tenderer may suggest alternative technical and      
technological solutions for the project and project work. Alternatives may not  
be suggested for the construction of the pavement for the main road (including  
ramps).” This means that all bidders had an opportunity to do their homework and
develop the most suitable engineering solution for the road including the width 
of the central reserve. Nordecon Infra was the only one that made use of the    
opportunity.                                                                    

In addition, the Road Administration imposed clear restrictions on any potential
alternatives: “The tenderer shall prepare drawings and written explanations in  
support of any alternative solutions it suggests and shall enclose them to the  
tender documentation. The alternative solutions shall be documented at least at 
a level commensurate with that of the preliminary design documentation and with 
the same degree of accuracy.” This means that a bidder wishing to suggest a     
technical solution that differed from the preliminary design underpinning the   
tender could not have submitted just a few sentences or general references to   
its ideas. Instead, it would have had to submit thorough technical documentation
complete with drawings and explanations as part of its initial bid.             

All interested construction companies submitted their bids together with all    
suggested technical alternatives or the client's preliminary design solutions by
30 November 2009.                                                               

On the opening of the bids, the prices were as follows (in millions, EEK/EUR):  

--------------------------------------------------------------------------------
| 1  | Nordecon Infra AS and Ramboll Eesti AS         | 596.3/38.1             |
--------------------------------------------------------------------------------
| 2  | Merko Ehitus AS, Tallinna Teede AS, AS A.C.B,  | 648.8/41.5             |
|    | AS K-Projekt, OÜ Järelepinge,                  |                        |
|    | Ehituse and Tarkvara Inseneribüroo OÜ          |                        |
--------------------------------------------------------------------------------
| 3  | Lemminkäinen Eesti AS, AS Teede REV-2,         | 680.9/43.5             |
|    | AS Tref and AS Teede Tehnokeskus               |                        |
--------------------------------------------------------------------------------
| 4  | Ehitusfirma Rand ja Tuulberg AS,               | 789.2/50.4             |
|    | SIA Binders and SIA Izenierbuve                |                        |
--------------------------------------------------------------------------------

In the light of the false accusations being spread by Lemminkäinen Eesti and its
partners, it is crucial to note that the bid submitted by Nordecon Infra and    
Ramboll Eesti included a properly developed and presented technical solution for
the central reserve of the road. The tender documentation prepared by the Road  
Administration did not explicitly require the construction of the so-called wide
central reserve. It was possible to suggest an alternative (narrow) solution as 
Nordecon Infra and Ramboll Eesti did.                                           

After the opening of the bids, the contracting authority checked the            
documentation filed by all bidders and announced all tenders compliant with the 
requirements, which meant that negotiations were launched with all the above    
companies with a view to specifying the substance of their bids. The procedure  
is regulated by Section 67 Subsection 1 of the Public Procurement Act under     
which negotiations are held to adjust a tender, if necessary, to the            
requirements stipulated in the contract notice, but not to change the tender,   
let alone supplement it with project solutions it did not initially contain. In 
the present case this principle, which is based on the equal treatment of all   
tenderers, means that the bidders that did not suggest a narrow central reserve 
in the first stage of the tender had no right to do so after the completion of  
the negotiations in the second stage of the tender.                             

After the negotiation stage, all bidders submitted their adjusted bids by 27 May
2010. This time the prices were as follows (in millions, EEK/EUR):              

--------------------------------------------------------------------------------
| 1  | Lemminkäinen Eesti AS, AS Teede REV-2,         | 484.0/30.9             |
|    | AS Tref and AS Teede Tehnokeskus               |                        |
--------------------------------------------------------------------------------
| 2  | Nordecon Infra AS and Ramboll Eesti AS         | 506.2/32.4             |
--------------------------------------------------------------------------------
| 3  | Merko Ehitus AS, Tallinna Teede AS, AS A.C.B,  | 519.4/33.2             |
|    | AS K-Projekt, OÜ Järelepinge,                  |                        |
|    | Ehituse and Tarkvara Inseneribüroo OÜ          |                        |
--------------------------------------------------------------------------------
| 4  | Ehitusfirma Rand ja Tuulberg AS,               | 647.3/41.4             |
|    | SIA Binders and SIA Izenierbuve                |                        |
--------------------------------------------------------------------------------

After the opening of the bids, the contracting authority declared the one       
submitted by the consortium led by Lemminkäinen Eesti to be the best on account 
of the most favourable price.                                                   

As the process had induced in Nordecon Infra reasonable doubt that in their     
initial bid, i.e. before negotiations, Lemminkäinen Eesti and its partners did  
not suggest an alternative technical solution for the central reserve (a narrow 
one) together with supporting drawings and explanations as required by the      
tender documentation but that the alternative was added later in a manner       
inconsistent with Section 67 Subsection 1 of the Public Procurement Act,        
Nordecon Infra challenged the announcement of the bid made by Lemminkäinen Eesti
and its partners as the winning tender and the challenge was considered         
justified also by the Public Procurement Dispute Review Committee.              

Thus, Nordecon has acted correctly and regards any accusations of having        
violated some tender procedures (including the malicious allegations of the CEO 
of Lemminkäinen Eesti) as baseless.                                             


Nordecon International is a group of construction companies whose core business 
is construction project management and general contracting in the buildings and 
infrastructure segment. Geographically the Group operates in Estonia, Ukraine   
and Finland. The parent of the Group is Nordecon International AS, a company    
registered and located in Tallinn, Estonia. In addition to the parent company,  
the Group includes more than 15 subsidiaries. The Group's consolidated revenue  
for 2009 was 2.4 billion kroons (155 million euros). Nordecon International     
Group currently employs around 750 people. Since 18 May 2006, the company's     
shares have been quoted in the main list of the NASDAQ OMX Tallinn Stock        
Exchange.                                                                       

1 euro = 15.6466 kroons                                                         


Raimo Talviste                                                                  
Nordecon International AS                                                       
Head of Finance and Investor Relations                                          
Tel: +372 615 4445                                                              
Email: raimo.talviste@nordecon.com                                              
www.nordecon.com