1.
Buyer
1.1.
Buyer
Official name
:
Aarhus Universitet
2.
Procedure
2.1.
Procedure
Title
:
Purchase of an EEG instrument
Description
:
The EEG system in question is equipped for recording EEG brain signals from up to 4 people simultaneously, as well as for single-participant studies where EEG is combined with other neuroimaging and brain stimulation methods already housed in the labs.
Procedure identifier
:
f5f4cdef-ea0c-4b87-84a0-58b0d5195012
Internal identifier
:
2025-0789872 - EEG instrument
Type of procedure
:
Negotiated without prior call for competition
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
38000000
Laboratory, optical and precision equipments (excl. glasses)
2.1.2.
Place of performance
Postal address
:
Universitetsbyen 3, Building 1710
Town
:
Aarhus C
Postcode
:
8000
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
2.1.4.
General information
Legal basis
:
Directive 2014/24/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Purchase of an EEG instrument
Description
:
The EEG system in question is equipped for recording EEG brain signals from up to 4 people simultaneously, as well as for single-participant studies where EEG is combined with other neuroimaging and brain stimulation methods already housed in the labs.
Internal identifier
:
2025-0789872 - EEG instrument
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
38000000
Laboratory, optical and precision equipments (excl. glasses)
5.1.2.
Place of performance
Postal address
:
Universitetsbyen 3, Building 1710
Town
:
Aarhus C
Postcode
:
8000
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.10.
Award criteria
Criterion
:
Type
:
Quality
Name
:
Quality
Description
:
The required product consists of a suite of electroencephalography (EEG) equipment for the Cognitive and Social Neuroscience (CoSoN) EEG Lab at AU. The scientific objective of the lab is to conduct state-of-the-art research on the brain bases of human interaction through music and language. To meet this objective, we require an extended neuroimaging system optimized for simultaneous electrophysiological recording from multiple individuals, with components that can be integrated with existing complementary neuroscientific tools at AU Hospital.
Weight (percentage, exact)
:
100
5.1.12.
Terms of procurement
Information about review deadlines
:
Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No. 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the Contracting Authority cannot sign the Contract with the winning Tenderer before the standstill period has expired. In case of complaints about tenders or decisions, e.g. award of contracts covered by Section II or III in the Danish Public Procurement Act must be submitted to the Complaints Board for Public Procurement (Klagenævnet for udbud) within 45 calendar days from the day after the contractor published a notice in the Official Journal on the conclusion of a contract. At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the Contracting Authority of the alleged infringement, and whether the appeal is to be referred to the board.
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for udbud
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
2 385 932,00
DKK
Direct award
:
Justification for direct award
:
The contract can be provided only by a particular economic operator because of an absence of competition for technical reasons
Other justification
:
1. Specifications for the product. New equipment in the CoSoN EEG Lab will consist of a multi-component multimodal system, which should be internally connectable with its subcomponents interchangeable. The 4 subcomponents need to be able to be run in parallel, given multiple rooms and users affiliated with CoSoN, and consist of: 1. Set up for 4-person hyperscanning with a minimum of 32 channels per participant with potential to increase the number of channels given the specific research question. 2. Set up for combined EEG-MRI with ExG 64 channels (single-participant only). 3. Set up for combined EEG-TMS plus EMG (single-participant). 4. Set up to pilot EEG paradigms (single-participant). Core components of this system include: - Amps, connector boxes, and battery packs - Electrode sets and back-up sets (flat-type preferable) - Caps in various sizes (3 per electrode set) - Trigger input, for audio, video, analog, TTL, USB - Lab Streaming Layer (LSL) support for integration across systems (e.g., EEG & MEG) - Software licenses for data acquisition - Software license for viewing recordings live online - Accessories (gel, accelerometers etc). Mandatory technical requirements include: - The EEG systems need to be compatible for use with MRI, MEG, TMS, and the existing EEG equipment. ‘Compatibility' in this context refers to physical properties (e.g., how the cap fits into the MRI coil/cage, which should done in a manner that doesn’t degrade or prohibit its function; connectability between subcomponents of systems, including the new and existing EEG equipment), comfort for participants (some caps are problematic to lie down with because the electrode holders dig into the head), and electrical properties that comply with safety regulations (type of electrodes, amplifiers, and connections between them). An important aspect of compatibility is also the need for uninterrupted analysis. The current EEG system and the new EEG system must be compatible to ensure there is no data loss or down-time. Current projects that incorporate EEG into their paradigms must have data integrity between systems. The specific systems for which compatibility is required are a Siemens Magnetom Prisma 3T MRI scanner, an Elekta Neuromag Triux MEG scanner, and a MagVenture MagPro x100 TMS system. - Data output should be multiplexed and binary, using IEEE 754 single-precision floating-point format (4 bytes per value), along with 16-bit signed integers. The data should be stored in .eeg, .vhdr, and .vmark files. - Must be able to hyperscan a minimum of 4 people using one software environment, be able to incorporate more people in the future, be able to record using active and passive shielding, and maintain a sampling rate of 5 kHz. - Compatible for use with a custom-made extension to EEG caps to record from over the cerebellum. - Approved for medical/clinical use in the EU. 2. Why these specifications are necessary These specifications are necessary to fulfill the requirements of planned research projects in the CoSoN EEG Lab at the Center for Music in the Brain (MIB) and the Center of Functionally Integrative Neuroscience (CFIN) at AU.
6.1.
Result lot ldentifier
:
LOT-0000
6.1.2.
Information about winners
Winner
:
Official name
:
Clinilab Oy
Tender
:
Tender identifier
:
2025-0789872 - EEG instrument
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
2 385 932,00
DKK
Contract information:
Identifier of the contract
:
2025-0789872 - EEG instrument (Clinilab Oy)
8.
Organisations
8.1.
ORG-0001
Official name
:
Aarhus Universitet
Registration number
:
31119103
Postal address
:
Nordre Ringgade 1
Town
:
Aarhus C
Postcode
:
8000
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Contact point
:
susanne louise skifter
Telephone
:
93521509
Roles of this organisation
:
Buyer
8.1.
ORG-0002
Official name
:
Klagenævnet for udbud
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Contact point
:
Klagenævnet for udbud
Telephone
:
+45 72405708
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Contact point
:
Konkurrence- og Forbrugerstyrelsen
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Clinilab Oy
Town
:
Tampere
Postcode
:
33100
Country subdivision (NUTS)
:
Keski-Suomi
(
FI193
)
Country
:
Finland
Telephone
:
00358 50 5880 278
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
8.1.
ORG-0005
Official name
:
Mercell Holding ASA
Registration number
:
980921565
Postal address
:
Askekroken 11
Town
:
Oslo
Postcode
:
0277
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
eSender
Telephone
:
+47 21018800
Fax
:
+47 21018801
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
6e503587-8ac8-4210-8993-c16b61e54add
-
01
Form type
:
Direct award preannouncement
Notice type
:
Voluntary ex-ante transparency notice
Notice subtype
:
25
Notice dispatch date
:
28/01/2025
13:36:26 (UTC)
Notice dispatch date (eSender)
:
29/01/2025
06:32:32 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
65783-2025
OJ S issue number
:
21/2025
Publication date
:
30/01/2025