23948sdkhjf
Log ind eller opret for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
08.01.2026
Udbudstype
Andre

Udbyder

Syddansk Universitet

New procurement and delivery of software for managing international mobility at SDU


Syddansk Universitet

  • 1 Køber

    • 1.1 Køber

      • Officielt navn: Syddansk Universitet
      • Køberens retlige status: Offentligretligt organ
  • 2 Procedure

    • 2.1 Procedure

      • Titel: New procurement and delivery of software for managing international mobility at SDU
      • Beskrivelse: SDU is seeking an international mobility management system that supports all forms of international mobility (incoming and outgoing) and all the Customer's process steps in the administration of incoming and outgoing students’ and staff’s international mobility. The system and the requirements for it are described further in appendix 1 - the requirements specification.
      • Identifikator for proceduren: e08b9b4d-9c4b-46e7-822b-4a17d7cbfe89
      • Intern ID: 634796
      • Formål
        • Kontraktens hovedformål: Varer
        • Primær klassifikation (cpv): 48000000 Programpakker og informationssystemer
        • Supplerende klassifikation (cpv): 48000000 Programpakker og informationssystemer
        • Supplerende klassifikation (cpv): 72250000 System- og supporttjenester
        • Supplerende klassifikation (cpv): 72253200 Systemsupport
      • Udførelsessted
        • Landsdel (NUTS): Fyn (DK031)
        • Land: Danmark
      • Værdi
        • Anslået værdi eksklusiv moms: 1.200.000 Dansk krone
      • Generelle oplysninger
        • Retsgrundlag:
        • Indkøb under tærskelværdien med grænseoverskridende interesse
  • 5 Delkontrakt

    • 5.1 Teknisk ID for delkontrakten: LOT-0000

      • Titel: New procurement and delivery of software for managing international mobility at SDU
      • Beskrivelse: SDU is seeking an international mobility management system that supports all forms of international mobility (incoming and outgoing) and all the Customer's process steps in the administration of incoming and outgoing students’ and staff’s international mobility. The system and the requirements for it are described further in appendix 1 - the requirements specification.
      • Intern ID: 634796
      • Formål
        • Kontraktens hovedformål: Varer
        • Primær klassifikation (cpv): 48000000 Programpakker og informationssystemer
        • Supplerende klassifikation (cpv): 48000000 Programpakker og informationssystemer
        • Supplerende klassifikation (cpv): 72250000 System- og supporttjenester
        • Supplerende klassifikation (cpv): 72253200 Systemsupport
      • Udførelsessted
        • Landsdel (NUTS): Fyn (DK031)
        • Land: Danmark
        • Yderligere oplysninger: 
      • Anslået varighed
        • Startdato: 01-02-2026
        • Varighed: 8 År
      • Fornyelse
        • Højeste antal fornyelser: 0
      • Værdi
        • Anslået værdi eksklusiv moms: 1.200.000 Dansk krone
      • Udvælgelseskriterier
        • Kilder til udvælgelseskriterier: Bekendtgørelse
        • Kriterium: Referencer på specificerede leverancer
          • Beskrivelse: TECHNICAL AND PROFESSIONAL CAPACITY It is a minimum requirement that the Tenderer has relevant expertise from a similar assignment to the one being tendered demonstrated by three (3) references within the last three (3) years. With relevant expertise within the categories, the Contracting Authority understands similar tasks that include deliveries to both the public and/or private sectors as well as single deliveries and/or deliveries on framework agreements. The references must include: - Description of the delivery - Name of the customer - Value - Date of delivery and/or period of framework agreement (start and end date).
          • Kriteriet vil blive anvendt til at udvælge de ansøgere, som skal opfordres til at deltage i anden fase af proceduren
          • Prioriteret rækkefølge: 20
        • Kriterium: Andre økonomiske eller finansielle krav
          • Beskrivelse: ECONOMIC AND FINANCIAL CAPACITY The Tenderer must show a positive equity on average for the last three (3) available financial years.
          • Kriteriet vil blive anvendt til at udvælge de ansøgere, som skal opfordres til at deltage i anden fase af proceduren
          • Prioriteret rækkefølge: 20
        • Kriterium: Andre økonomiske eller finansielle krav
          • Beskrivelse: PERSONAL CIRCUMSTANCES In connection with submitting the tender, the Tenderer must complete the documents below, which confirm that the Tenderer: • Is not subject to the grounds for exclusion (appendix 4 – Declaration of faith and law), • Is on the lack of any affiliation with Russian nationals or natural or legal persons, entities or bodies established in Russia (appendix 5 - Declaration of honour regarding Russian Regulation 2022/576) • Uses any subcontractors (appendix 7 – Subcontractors) or other supporting companies (appendix 6 - Statement of support) and (appendix 8 – Associations).
          • Kriteriet vil blive anvendt til at udvælge de ansøgere, som skal opfordres til at deltage i anden fase af proceduren
          • Prioriteret rækkefølge: 20
      • Tildelingskriterier
        • Kriterium:
          • Type: Pris
          • Beskrivelse: Price for delivery and implementation of the system for mobility management 90 % Option on data export when contract expires/collaboration ends 10 %
          • Kategori for tildelingskriteriet tærskel: Vægtning (procentdel, præcis)
            • Tildelingskriterium talværdi: 30
        • Kriterium:
          • Type: Kvalitet
          • Beskrivelse: 4.5.1 User-friendliness – administrative users/general 4.5.2 User-friendliness – applicants 4.5.3 User guides 4.5.4 Customising the public user interface 4.5.5 Personal user interface/ dashboard – administrative users 4.5.6 Personal user interface/ dashboard – administrative faculty users 4.5.7 Overviews in connection with applications 4.5.9 Administrative search functionality - incoming applications 4.5.10 Administrative search functionality - outgoing applications 4.5.12 Publicly available search functionality 4.5.13 Application process – incoming 4.5.14 Application process – outgoing 4.5.15 Save draft 4.5.16 Prioritisation for incoming applicants – courses 4.5.17 Prioritisation for incoming 4.5.18 Prioritisation for incoming applicants – Clinical stay 4.5.20 Applicant's access to communication 4.5.22 Seek guidance 4.5.23 Additional services, incoming 4.5.24 Uploading documents 4.5.25 Viewing document 4.5.26 Reporting/evaluation of mobility and Functionality (4.6)   4.6.3 Workflows 4.6.4 Workflows 4.6.5 Workflows 4.6.6 Forms 4.6.7 Automated processes 4.6.10 Application – outgoing exchange 4.6.11 Managing available outgoing exchange spots 4.6.12 Grade point average ranking for outgoing exchange 4.6.13 Limitations to available outgoing exchange spots 4.6.14 Linking applications for outgoing exchange 4.6.15 Communication 4.6.16 Reminders for administrative users 4.6.17 Event invitation and registration 4.6.18 Reporting 4.6.20 Case processing of applications 4.6.21 Previous exchanges 4.6.22 Educational options for incoming students 4.6.26 Proposal for alternative application 4.6.27 Deviations 4.6.28 Buddy 4.6.31 Academic assessment in iterations 4.6.32 Register academic assessment 4.6.33 Register academic assessment 4.6.34 Register academic assessment 4.6.36 Incoming nomination 4.6.37 Distribution of nomination information 4.6.40 Supplementary information 4.6.41 Supplementary information 4.6.42 Producing exchange agreements 4.6.43 Producing exchange agreements 4.6.44 Producing exchange agreements 4.6.45 Export of exchange agreements 4.6.46 Export of exchange agreements 4.6.48 Multiple funds for the same type of mobility 4.6.49 Supplementary information for funds 4.6.50 Grant calculation rules 4.6.52 Calculation of grant size 4.6.54 Allocation of grants 4.6.56 Payout information Non-functionality:  Collaboration and training (4.4), Non-functional requirements (4.7) and Service levels (4.8) 30 % Collaboration and training (4.4), 4.4.2 Training for administrative users 4.4.3 Form of training Non-functional requirements (4.7), 4.7.1 Roadmap 4.7.4 Description of the environments 4.7.5 Configuration of the Customer's test environment 4.7.10 Browser support 4.7.12 Disability accessibility requirement 4.7.13 Customer attributes 4.7.14 Hypercare period 4.7.15 Hypercare period 4.7.18 Backup 4.7.20 Backup (availability) 4.7.22 Disaster Recovery 4.7.24 Export of the Customer's data 4.7.27 Data integrity 4.7.29 Audit log 4.7.31 Log (storage and security) 4.7.33 Export of logging data 4.7.34 Encryption 4.7.35 BYOK Bring Your Own Encryption 4.7.36 Microsoft Entra ID authentication of Customer's administrative users 4.7.37 Role-based authorisation 4.7.39 Users who are both students and employees 4.7.40 Access management 4.7.41 Authentication 4.7.44 Security by Design principles  4.7.45 Security by Design principles 4.7.46 Default settings 4.7.47 Information Lifecycle Management 4.7.48 Privacy-enhancing technologies 4.7.51 Customer’s integration platform 4.7.52 Authentication of calls to the Customer's web services 4.7.54 System API (application programming interface) 4.7.55 Authentication of calls to the System API 4.7.56 System API call – data transfer from the System to Costumer’s integration platform 4.7.57 System API call – data transfer from Costumer’s integration platform to the System 4.7.58 System API call – data transfer from Costumer’s integration platform to the System 4.7.59 System API call – data transfer from Costumer’s integration platform to the System 4.7.60 Transfer technology and integration with Microsoft 365 and Service levels (4.8), 4.8.4 System availability and Testing and documentation (4.10)  5 % 4.10.1 Test cases 4.10.2 Documentation   Terms:  Delivery and terms, configuration (4.2) and Information Security (4.9) 15 % Delivery and terms, configuration (4.2) 4.2.2 Configuration – collaboration 4.2.4 Timeline   Data:  Information Security (4.9)  4.9.3 Information Security Standard  4.9.7 Mobile security    4.9.10 Data centre 
          • Kategori for tildelingskriteriet tærskel: Vægtning (procentdel, præcis)
            • Tildelingskriterium talværdi: 70
      • Udbudsdokumenter
        • Adresse på udbudsdokumenterne: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=634796
      • Udbudsvilkår
        • Vilkår for indgivelse:
          • Indgivelsesadresse: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=634796
          • Frist for modtagelse af tilbud: 22-01-2026 08:00 +01:00
      • Teknikker
        • Rammeaftale:
          • Ingen rammeaftale
        • Oplysninger om det dynamiske indkøbssystem:
          • Intet dynamisk indkøbssystem
      • Yderligere oplysninger, mægling og gennemgang
        • Organisation med ansvar for klager: Klagenævnet for Udbud
        • Organisation, der leverer supplerende oplysninger om udbudsproceduren: Syddansk Universitet
        • Organisation, der leverer yderligere oplysninger om klageprocedurerne: Konkurrence- og Forbrugerstyrelsen
        • DK eSender
  • 8 Organisationer

    • 8.1 ORG-0001

      • Officielt navn: Syddansk Universitet
      • Registreringsnummer: 29283958
      • Postadresse: Campusvej 55  
      • By: Odense M
      • Postnummer: 5230
      • Landsdel (NUTS): Fyn (DK031)
      • Land: Danmark
      • Enhed: Christina From-Nielsen
      • E-mail: cfro@sdu.dk
      • Internetadresse: https://www.sdu.dk/
      • Denne organisations roller:
        • Køber
        • Organisation, der leverer supplerende oplysninger om udbudsproceduren
    • 8.1 ORG-1000

      • Officielt navn: Comdia ApS
      • Registreringsnummer: 33501404
      • Postadresse: Lindvedvej 73  
      • By: Odense S
      • Postnummer: 5260
      • Landsdel (NUTS): Fyn (DK031)
      • Land: Danmark
      • E-mail: support@comdia.com
      • Telefon: +45 7199 3672
      • Internetadresse: https://www.comdia.com/
      • Denne organisations roller:
        • DK eSender
    • 8.1 ORG-1001

      • Officielt navn: Klagenævnet for Udbud
      • Registreringsnummer: 37795526
      • Postadresse: Nævnenes Hus, Toldboden 2  
      • By: Viborg
      • Postnummer: 8800
      • Landsdel (NUTS): Vestjylland (DK041)
      • Land: Danmark
      • E-mail: klfu@naevneneshus.dk
      • Telefon: +45 7240 5600
      • Internetadresse: http://www.klfu.dk
      • Denne organisations roller:
        • Organisation med ansvar for klager
    • 8.1 ORG-1002

      • Officielt navn: Konkurrence- og Forbrugerstyrelsen
      • Registreringsnummer: 10294819
      • Postadresse: Carl Jacobsens Vej 35  
      • By: Valby
      • Postnummer: 2500
      • Landsdel (NUTS): Københavns omegn (DK012)
      • Land: Danmark
      • E-mail: kfst@kfst.dk
      • Telefon: +45 4171 5000
      • Internetadresse: https://www.kfst.dk/
      • Denne organisations roller:
        • Organisation, der leverer yderligere oplysninger om klageprocedurerne
  • 11 Oplysninger om bekendtgørelsen

    • 11.1 Oplysninger om bekendtgørelsen

      • Bekendtgørelsens ID: 3cb5cfe5-7663-4200-8a1b-269be3995170 - 01
      • Formulartype: Konkurrencevilkår
      • Bekendtgørelsestype: Annoncering
      • Afsendelsesdato for bekendtgørelsen: 07-01-2026 17:10 +01:00
      • Dato for afsendelse af bekendtgørelsen (eSender): 07-01-2026 17:10 +01:00
      • Bekendtgørelsens officielle sprog: dansk 
    • 11.2 Oplysninger om offentliggørelsen

      • Offentliggørelsesdato: 07-01-2026 17:10 +01:00
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|