Regional Pharmacy Management Solution (RPMS)

Solicitation number 21120-199151/C

Publication date

Closing date and time 2021/05/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: 
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP) 
    
    Regional Pharmacy Management Solution (RPMS) 
    
    1.0  Background and Overview
    CSC is a federal government agency within the Public Safety portfolio. CSC is responsible for administering court-imposed sentences of two years or more for offenders, including supervising those under conditional release in the community. On a typical day, CSC is responsible for approximately 14,000 offenders in federal custody.
    The Correctional Service of Canada (CSC) operates 6 pharmacies (5 regional pharmacies and one satellite pharmacy) which provide medications and pharmacy services for the Atlantic, Québec, Ontario, Prairie and Pacific regions and is managed by a regional office (Regional Headquarters - RHQ), which reports to the National Headquarters (NHQ). The Regional Pharmacy Management Solution (RPMS) initiative is to replace the current legacy pharmacy management systems in the 6 pharmacies and 1 NHQ location with a modern on premise Commercial off the Shelf (COTS) based Solution that leverages industry best practices.  
    The health care delivery modality used by CSC Health Services needs the combined functionality of an ambulatory and inpatient care application. This is particularly important as some medications in CSC are distributed and documented on a per dose administration similar to a hospital environment. 
    
    There are four main types of health care settings in CSC:
    
    1. Institutional Health Units
    
    Every institution receives services from a CSC health services centre with varying staffing options and hours of operation based on factors such as level of security and proximity to community services. The primary care provider in a correctional health unit is the nurse.  Therefore, the nurse is usually the first health care professional to provide care to the offender population in a non-emergency, urgent or emergency situation.  
    
    2. CSC Regional Hospitals
    
    CSC Regional Hospitals are located within the compound of a multi-level or maximum security level institution and provide more specialized or comprehensive health care services on a 24-hour basis to hospitalized offenders from across their respective region. The program philosophy for the Regional Medical Hospital is based on the establishment of a therapeutic treatment environment that adheres to and demonstrates the principles of good clinical practices and high quality care within a treatment environment.
    
    3. CSC Pharmacies
    
    Regional Pharmacies ensure the management, storage, recording and dispensing of medication in order to meet the Service’s obligation to provide health care. Through education and ongoing drug utilisation evaluations, Regional Pharmacies also provide drug and therapeutic information to physicians, health care staff, offenders and senior management.  CSC pharmacies are located in Moncton (NB), Laval (QUE), Port Cartier (QUE), Kingston (ON), Saskatoon (SK) and Abbotsford (BC). 
    
    Pharmacy staff at CSC National Headquarters (NHQ) do not operate a pharmacy however, they will access regional pharmacy data for reporting purposes.
    
    4. CSC Regional Treatment Centres (Mental Health)
    Inpatient mental health treatment facilities are located in each region to provide treatment to offenders with psychiatric disorders that are too severe to allow them to remain in the general offender population of an institution. Each treatment centre offers acute and subacute mental health care as well as longer term psychiatric rehabilitation to offenders.  
    
    2.0 Scope 
    The RPMS is of a national scope and must be implemented at CSC National Headquarters (NHQ) and in each of the five Regions of CSC encompassing all the Territories and Provinces of Canada where CSC Regional Pharmacies operate. Therefore, the RPMS must support the use of both Official Languages in all aspects of its services.
    
    The scope of the RPMS will include provision of the RPMS software which includes Perpetual Licensed Software, Software Maintenance and Support Services, 12 month warranty, Software documentation and all necessary Professional Services for installation, configuration, implementation including optional data migration if required, and Training for the RPMS. 
    Support services are to be delivered in accordance with the service-level requirements as detailed in the RPMS Ongoing Maintenance & Support Services (See Section 8). Additional optional Professional Services and Training may be requested on an as a when required basis through the Task Authorization process.
    
    3.0  Capabilities and Business Requirements
    
    Canada seeks a number of capabilities and business requirements to be addressed by the Proposed Solution, including, but not limited to:
    
    1. Processing of prescriptions from start to finish;
    2. Creating compound recipes and dispensing compound preparations, including any resulting inventory adjustments;
    3. Generating prescription labels for both regular prescriptions and prescriptions dispensed in compliance packaging;
    4. Generating reports;
    5. Exporting report data;
    6. Records management;
    7. Inventory management;
    8. Label management;
    9. Pharmacy Repository; 
    10. Interfaces;
    11. Drug Interactions;
    12. Reports;
    13. Auditing and Monitoring;
    14. Purchasing module; and
    15. Filling prescriptions with an auto packager. 
    
    4.0  Objective of the RPMS 
    The implementation of the RPMS has the following objectives:
    
    1. To improve health care effectiveness through:
    a. The implementation of an RPMS with software maintenance and support provided in accordance with CSC support requirements (refer to Section 8 of the Statement of Work).
    b. Ability to consolidate data from each of the 6 pharmacies, resulting in improved reporting on pharmacy practices and medication usage.
    
    2. To improve health care efficiency through:
    a. Access to historical medication information from all regions.
    b. Management of pharmacy cost containment through closer monitoring of formulary compliance and better inventory control.
    c. Consolidation and standardization of CSC’s medication inventory. 
    
    3. To improve patient safety by:
    a. Reducing the risk of errors by ensuring consistency & completeness of information.
    b. Reducing misfiling and loss of key medication information.
    c. Providing access to specific medication information sheets.
    
    4. Reduce the number of legacy systems that currently perform the delivery of clinical services by:
    a. Replacing the various pharmacy systems now in use at the reginal level with an RPMS that will standardize the business processes and information integrity throughout organizations.
    
    5.0  Procurement Strategy
    The top-ranked responsive bid will be determined based on the proposal which has met all mandatory requirements and offers the Highest Responsive Combined Rating of Technical Merit and Price. 60% weightage will be given to the technical bid and 40% weightage will be given to the financial bid.
    At the discretion of Canada, the responsive bid with the highest combined rating of technical merit and price must also successfully pass the Proof of Proposal Test, if applicable.
    
    At the discretion of Canada, the responsive bid with the highest combined rating of technical merit and price that has also successfully passed the Proof of Proposal test, if applicable, will be recommended for award of a contract. 
    The Phased Bid Compliance Process (PBCP) will apply to this requirement in accordance with PSPC’s PBCP policy.
    
    While Canada intends to issue a Contract of a specific duration, Canada reserves the right to continue to Contract for and leverage this Solution for as long as it makes business sense for Canada to do so. 
    The resulting Contract will include provisions to grant Canada the sole reserve to, at a subsequent date and at its sole discretion, identify the solution either as a multi-departmental solution, or designate the solution as a Government of Canada Enterprise-wide standard if and when determined by the GC-Enterprise Architecture Review Board (GCEARB).
    
    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.

    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
    Grant, Ryan
    Phone
    (873) 355-1916 ( )
    Email
    Ryan.grant@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    003
    French
    6
    003
    English
    30
    002
    French
    2
    002
    English
    15
    001
    French
    10
    001
    English
    25
    000
    French
    28
    French
    16
    English
    90
    000
    English
    98

    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, 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: