MPMCT Project - Projet TCGPM

Solicitation number W8474-11MP01/C

Publication date

Closing date and time 2012/08/31 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Please see the attached document for additional information /
    Tables.
    
    
    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 and its proposed procurement approach.
    
    2)	MPMCT Requirement Overview:
    
    	The Department of National Defence (DND) has a requirement for
    the implementation of a modern, flexible and integrated Military
    Personnel Management (MPM) capability, encompassing Human
    Resources (HR) and Payroll for the Canadian Forces (CF).  This
    requirement flows from the Canada First Defense Strategy and
    involves developing a modern regulatory and policy framework,
    transforming MPM business processes and implementing a modern,
    integrated Information Management system based on the Commercial
    Off-The-Shelf Enterprise Resource Planning (ERP) software,
    Oracle PeopleSoft.
    
    The MPMCT Project has been established to manage this
    implementation.  The MPMCT Project is using a cyclical project
    delivery methodology that allows for a continuing program of
    project reviews, with status and performance assessments (and
    Go/No Go decision points) at the end of each cycle or gate.
    
    Figure 1 below depicts the MPMCT Project approval cycles as
    proposed to and approved by Treasury Board (TB).  The MPMCT
    Project is currently in Cycle 1.  Note that the number and scope
    of the Cycles beyond Cycle 1 are subject to change with the
    confirmation of the implementation scope and the development of
    a delivery roadmap in Cycle 1.
    
    	
    
    Figure 1 - MPMCT Project Approval Cycles
    
    
    The initial MPMCT Project Scope is defined as the delivery of an
    integrated MPM Solution for HR and payroll, including: 
    Transforming DND/CF business that supports the delivery of HR
    and payroll services, including: policy transformation; business
    process re-engineering and training that are aligned with
    Canada's HR Business Solution Project; and the Canada Payroll
    Administration Model;
    Configuring and implementing Oracle PeopleSoft that replaces
    legacy CF HR and payroll applications;
    Modernization of supporting Information Technology (IT)
    infrastructure (in conjunction with Shared Services Canada
    (SSC));
    Migration of data from legacy applications into the MPM Solution.
    Developing and integrating interfaces between the MPM Solution
    and other Canadian Government Departments that require CF HR and
    payroll information; and
    Transitioning the MPM Solution into an in-service state.
    
    Final MPMCT Project Scope will be determined during Definition
    Phase in partnership with the selected vendors.
    
    
    3)	MPMCT Status Update:
    
    An initial Request For Information (RFI) No. W8474-11MP01/A was
    published in September 2010 seeking feedback from industry to
    assist in the pre-development of the MPMCT requirement.  Canada
    has reviewed industry feedback received in response to the RFI
    process and, where applicable has included this feedback in the
    development of the anticipated Requests for Proposal (RFPs). 
    Canada is continuing its efforts to finalize the MPMCT
    requirement and the associated procurement strategy. 
    
    An Integrated Project Team (IPT) concept will be established as
    part of the MPMCT Project delivery concept. An IPT is a cohesive
    integrated team comprised of Canada and industry professionals
    that delivers business benefits through business transformation
    and IM/IT solutions. The IPT will be composed of DND/CF and
    contractor organizations brought together into a single project
    team structure led by the MPMCT Project Manager.
    
    The MPMCT Procurement Strategy has identified three major
    contracts:
    
    
    A Solution Integrator (SI) who will provide the professional
    services necessary to implement the overall solution including,
    but not limited to, application and integration, business
    process transformation, information integration and data
    migration;
    Business Change Management (BCM) support for activities such as
    Organizational Change Management, Communications Management and
    Project Outcomes Management. BCM is defined as the processes and
    techniques used to manage the people-side of business change in
    order to achieve the required business outcomes, and to ensure
    the solution delivery meets stakeholder expectations; and
    
    Project management resources to augment departmental staff in
    the Project Management Office (PMO) and related control
    processes.
    
    To address each requirement, Canada is currently contemplating
    publishing individual Request for Proposals (RFPs).
    
    At this time, Canada plans to tender separate PMO and BCM RFPs
    to pre-qualified Government of Canada Standing Offer or Supply
    Arrangement Holders. The specific Government of Canada Standing
    Offer or Supply Arrangement under which the PMO and BCM RFP's
    will be published has not yet been determined.  
    
    At this time, Canada plans to publish a separate competitively
    tendered RFP via MERX for the SI requirement. 
    
    Canada currently contemplates publishing the three separate
    RFP's (PMO, BCM and SI) on a mutually exclusive basis from one
    another. Respondents providing a bid in response to one of the
    three RFPs will be precluded from being awarded more than one of
    these three contracts. Conflict of interest requirements will
    also apply to each of these three individual requirements. 
     
    Canada is planning to exercise its rights under current
    unrelated Government of Canada contracts to address its MPMCT
    software licensing needs.   
    
    
    4)	Next Steps:
    
    	Industry is reminded that the MCMPT requirements and the
    associated procurement approach are currently under development
    and therefore subject to change at Canada's sole discretion.
    Canada reserves the sole right to alter its procurement approach
    for any associated MPMCT requirement. With this in mind, the
    following target MPMCT Project RFP publication dates have been
    provided for information purposes only: 
    
    
    
    
    5)	Enquiries Regarding the MPMCT Requirement: 
    
    	On behalf of DND, the Public Works and Government Services
    Canada (PWGSC) employee indicated below has been designated as
    the "Contracting Authority" procurement lead for the MCMPT
    requirement. To ensure the integrity of the procurement process,
    all enquiries and other communications regarding the MPMCT
    procurement must only be directed to the Contracting Authority
    as follows:
    
    	Contracting Authority:
    
    	Michael Randall
    		Health Services Projects Division (XF)
    		Special Procurement Initiatives Directorate
    		12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    		Telephone: (819) 956-0338
    		E-mail: michael.randall@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 Contracting Authority identified above.
    
    
    
    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)
    • 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
    Randall, Michael
    Phone
    (819) 956-0338 ( )
    Fax
    (819) 956-8303
    Address
    Place du Portage, Phase III, 12C1
    11 Laurier St./11 rue, Laurier
    Gatineau
    Gatineau, Gatineau, K1A 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
    1
    000
    English
    22

    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)
    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: