Medication Delivery Service

Solicitation number 21201-23-4409339

Publication date

Closing date and time 2023/08/18 13:00 EDT

Last amendment date


    Description

    Atlantic Regional Pharmacy – Medication Delivery Service

    This requirement is for: The Correctional Service of Canada, for the Atlantic Region: Nova Institution for Women, Atlantic Institution, Springhill Institution, Dorchester Complex/Medium sector, Dorchester Complex/Minimum sector

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to have medication transported from the Regional Pharmacy in Moncton, NB to various locations listed in the schedule below.

    Objectives:

    The contractor must deliver and pickup medication supplies packaged in totes as per the schedule provided below.

    Deliverables:

    • The driver must pickup medication totes at the Atlantic Regional Pharmacy and deliver them to the institution on the same day as per the schedule below. CSC does not require this delivery service on statutory holidays .
    • CSC may require adjustments to the delivery on short weeks (i.e. prior to or immediately following a statutory holiday).

    Delivery Addresses and Schedule:

    Driver #1 11:30- am – 4:00 pm
    Atlantic Institution (Renous, N.B.)
    13175 Route 8 Monday, Wednesday and Friday
    11:30- am – 4:00 pm
    Driver #2 9:00 am – 4:00 pm
    Dorchester Penitentiary / Medium sector (Dorchester, N.B.)
    4902 Main Street Monday, Tuesday, Wednesday, Thursday and Friday

    Dorchester Westmorland / Minimum sector (Dorchester, N.B.)
    4902A Main Street Monday, Tuesday, Wednesday, Thursday and Friday

    Springhill Institution (Springhill, N.S.)
    330 McGee Street Monday, Tuesday, Wednesday, Thursday and Friday

    Nova Institution for Women (Truro, N.S.)
    180 James Street Monday, Wednesday and Friday

    • Once at the institution, the driver must pickup the medication supplies the institution Health Care is returning to the Regional Pharmacy including totes (empty or containing medication) and return them to the Regional Pharmacy on the same day before 16h00.

    • The contractor must provide delivery services starting from the drivers morning pickup times. At CSC’s request, the contractor must adjust the start times based on the workload. Driver #1 pick up time is usually scheduled at 11:30am and Driver #2 at 09:30am.

    • The pickup and delivery schedule may be subject to change. CSC will inform the Contractor, in advance, of any change to the delivery schedule.

    • Dorchester Penitentiary and Westmorland Institution are located adjacent to one another but have separate drop locations.

    • The contractor must provide, other than the schedule above, urgent deliveries to institutions. CSC will determine whether a delivery is urgent. An urgent delivery is a shipment or package that must to be delivered quickly, usually within the same day, due to time- sensitive or critical circumstances.

    • The contractor must provide, other than the regularly scheduled deliveries, occasional pick up and delivery of medication to and from local public health and local hospital or clinics.

    • The contractor must provide a minimum of 4 security cleared drivers, to meet CSC`s minimal operational requirement for 2 main drivers and 2 backup drivers.

    • CSC will determine appropriate delivery times and locations according to institutions protocols (i.e. delivery directly to heath care, or front door or warehouse stores).

    • Throughout the shipping process, the locked medication totes must remain in a secured vehicle at ambient temperature controlled conditions.

    • If not being transported, medications must be stored either at the institution (Health Care Unit or at the Regional Pharmacy). The driver must notify the Regional Pharmacy if they are delayed or detained. The contractor must ensure that its drivers do not keep medications in their personal possession after hours.

    • If the drivers are only returning empty totes and are unable to arrive at the regional pharmacy before the closing time, the drivers may hold the empty totes overnight and return them the next day.

    • Regional pharmacy’s hours of operation are from 8:00 am to 4:00 pm.

    • CSC will use a chain of signatures, via triplicate weigh bills or shipping reports, to verify the quantity of sealed totes shipped to and from the institutions. Three bills are issued by the contractor for each shipment via the driver for the shipper, one for the consignee to be returned to shipper upon arrival at pharmacy and one for the contractor.

    • The driver must carry a company personal identification card or other appropriate documentation and present the card when asked to do so by CSC staff at any pickup or delivery site, or both.

    • Due to the unpredictable weather in the Atlantic Region (i.e. winter storms), hazardous road conditions may present an element of risk to the contractor’s drivers. When the contractor feels inclement weather will present undue risk, the contractor must decide if it is able to provide pickup and delivery of medication supplies on that day. If the contractor decides to carry out the pickup and delivery of medication supplies in spite of inclement weather, the contractor will accept all risks. The contractor must contact the Regional Pharmacy to advise them when the contractor will not be providing services due to inclement weather. CSC will not pay the contractor if it is not providing services due to inclement weather. At the request of the Regional Pharmacy, the contractor must make adjustments to the delivery schedule before or following an interruption in services due to inclement weather.

    • In the event of road closures, the contractor must use alternate routes in order to complete the deliveries, at no additional cost to CSC.

    The contractor must perform all subject to the inspection and acceptance by the Project Authority.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    Period of the Contract:
    The Work is to be performed during the period of December 1, 2023 to November 30, 2024 with the option to renew for four (4) additional one-year periods.

    File Number: 21201-23-4409339

    Contracting Authority: Sylvie Gallant
    Telephone number: 506-378-8724
    Facsimile number: 506-851-6327
    E-mail: Sylvie.Gallant@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Overview of the federal government contracting process;
     Searching for opportunities on the Buy and Sell - Tenders website;
     Bidding on opportunities;
     Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    The estimated contract period will be 60 month(s), with a proposed start date of 2023/12/01.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Regional Headquarters - Atlantic
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    Contracting authority
    Sylvie Gallant
    Phone
    (506) 378-8724
    Email
    Sylvie.Gallant@csc-scc.gc.ca
    Fax
    506-851-6327
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    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.

    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 Proposal
    Language(s)
    English
    Region(s) of delivery
    New Brunswick
    ,
    Nova Scotia
    Region of opportunity
    Canada
    Contract duration
    60 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: