MPMCT Project - Projet TCGPM

Solicitation number W8474-11MP01/K

Publication date

Closing date and time 2015/08/25 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Military Personnel Management Capability Transformation (MPMCT)
    Project
    
    1) Purpose
    
    The purpose of this notice is to update industry on the status
    of the MPMCT Project.
    
    
    2) MPMCT Requirement Overview:
    
    The Department of National Defence (DND) has a requirement for a
    modern, flexible and integrated Military Personnel Management
    (MPM) capability, encompassing Human Resources (HR) and Payroll
    for the Canadian Armed Forces (CAF). This requirement flows from
    the Canada First Defence Strategy.
    
    The MPMCT Project has been established to manage the development
    and delivery of a new MPM capability which involves developing a
    modern regulatory and policy framework, transforming MPM
    business processes and upgrading and acquiring modern,
    integrated Information Management and Information Technology
    (IM/IT) enablers based on the Commercial Off-The-Shelf
    Enterprise Resource Planning (ERP) software, Oracle PeopleSoft. 
    The new MPM capability is to be called "Guardian".
    
    The MPMCT Project Scope is defined as the implementation and
    integration of Guardian, which includes:
    
    a.	Transforming DND/CAF business that supports the delivery of
    HR and payroll services, 	including: policy transformation;
    business process re-engineering and training;
    
    b	Configuring,  implementing and integrating Oracle PeopleSoft
    that will replace legacy CAF HR and payroll applications;
    
    c. 	Modernizing the supporting Information Technology (IT)
    infrastructure (in conjunction with Shared Services Canada
    (SSC));
    
    d. 	Migrating data from legacy applications into Guardian.
    
    e. 	Developing and integrating interfaces between Guardian and
    other DND applications/systems, as well as other Canadian
    Government Departments and external partners that require CAF HR
    and payroll information; and
    
    f. 	Transitioning Guardian into an in-service state.
    
    As such, Canada will require System Integration services for,
    but not limited to, the following:
    
    a.	Supporting the activities of the Project Management Office
    (PMO) by identifying the gaps between the MPMCT business
    requirements and the GUARDIAN Release 1 solution capabilities;
    
    b.	Proposing, configuring, implementing and integrating
    additional components / tools to meet the MPMCT project
    requirements that have not been satisfied as part of the initial
    upgrade to GUARDIAN Release 1; 
    
    c.	Participating as an active member of the Integrated Project
    Team working hand-in-hand with DND/CAF business, project
    management and technical resources; and
    
    d.	Providing expert technical resources as and when required to
    augment DND's in-service support team for a period of 2 to 6
    years.
    
    
    3) MPMCT Status Update:
    
    On June 17, 2014 MPMCT received Treasury Board (TB) approval for
    its current program of work comprised of Cycle 2 Implementation
    (i.e. the implementation of Guardian Release 1) and Cycle 3
    Definition (i.e. the planning, design and costing of subsequent
    Releases of Guardian).  This approval was given with the
    condition that a Business Case be developed that compares the
    option of having PWGSC act as the delivery agent for military
    pay component of MPMCT with the option of proceeding with a
    private sector delivery agent.
    
    To determine the feasibility of the first option, Canada,
    supported by an independent contractor, conducted a study that
    compared Phoenix (the Government of Canada new payroll solution)
    with the requirements for Military Pay.  
    
    On June 18, 2015 TB accepted the joint DND/PWGSC Business Case
    that recommended PWGSC act as the delivery agent for the
    military pay component of MPMCT.  As follow-on to this decision,
    Canada is proceeding to have PWGSC complete the definition work
    for military pay.  In order to progress with this work, DND and
    PWGSC intend to conduct joint workshops with the PWGSC Pay
    Modernization contractor in order to complete a number of Pay
    Modernization military pay definition deliverables.  A complete
    list of these deliverables has been compiled by DND and PWGSC.
    
    The MPMCT SI Contracting Authority intends to make relevant Pay
    Modernization workshop materials (e.g.  power point
    presentations, documentation outlining key decisions and
    results) available to industry throughout the workshop process
    once such documentation has been completed. In addition, all
    relevant resulting Pay Modernization definition phase
    deliverables will be made available to members of industry once
    the documentation has been completed.
    
    Any interested potential bidders for the contemplated MPMCT
    Systems Integrator requirement who would like to obtain a copy
    of the list of Pay Modernization military pay definition phase
    deliverables to be produced for Military Pay under Phoenix, or
    the documentation described above as it becomes available,
    should contact the MPMCT SI Contracting Authority by email. Only
    suppliers who sign a confidentiality agreement and hold the
    necessary security clearances will be permitted access to these
    documents.
    
    Canada contemplates publishing a subsequent NPP to inform
    industry of the approach to procure a Systems Integrator to
    support MPMCT. Industry is reminded that the MPMCT requirements
    and the associated procurement approach continue to be under
    development and therefore are subject to change at Canada's sole
    discretion.
    
    Canada reserves the sole right to alter its procurement approach
    for any associated MPMCT requirement.
    
    4)  MPMCT SI Contracting Authority:
    
    Jeremy Chapple
    Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-1004
    E-mail: jeremy.chapple@pwgsc.gc.ca 
    
    Alternate: Karine Gervais, Delegate Contracting Authority
    Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-1424
    E-mail address: karine.gervais@tpsgc-pwgsc.gc.ca
    
    
    This is not a bid solicitation, and as a result, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this notice may direct their enquiries to
    the applicable Contracting Authority identified above.
    
    Copies of previously MERX published MPMCT Project information
    (e.g. W8474-11MP01/A published 2010-09-08, W8474-11MPO1/B
    published 2012-03-15, LOI W8474-11MP01/C published 2012-06-18,
    LOI W8474-11MP01/D published October 29, 2012, LOI
    W8474-11MP01/E published January 15, 2013, LOI W8474-11MP01/F
    published May 10, 2013, RFI W8474-11MP01/G published August 6,
    2013, LOI W8474-11MP01/H published October 2, 2014), LOI
    W8474-11MP01/I published January 30, 2015, and LOI
    W8474-11MP01/J published May 27, 2015 can be obtained by
    contacting the SI Contracting Authority directly.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Chapple(XE Div.), Jeremy
    Phone
    (819) 956-1004 ( )
    Fax
    (819) 956-8303
    Address
    Special Procurement Initiative Dir
    Dir. des initiatives speciales
    d'approvisionnement
    11 Laurier, Place du Portage III
    12C1
    Gatineau, Québec, KIA 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    16
    000
    English
    84

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: