Public Works and Government Services Travaux publics et Services Canada gouvernementaux Canada 1 1 RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: Pharmaceuticals Bid Receiving - PWGSC / Réception des Solicitation No. - N° de l'invitation Date soumissions - TPSGC E60PH-13DRUG/A 2013-04-16 11 Laurier St. / 11, rue Laurier Client Reference No. - N° de référence du client Place du Portage , Phase III E60PH-13DRUG Core 0A1 / Noyau 0A1 Gatineau, Québec K1A 0S5 GETS Reference No. - N° de référence de SEAG PW-$$PH-884-62591 Bid Fax: (819) 997-9776 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME ph884.E60PH-13DRUG Solicitation Closes - L'invitation prend fin Time Zone Fuseau horaire at - à 02:00 PM Eastern Daylight Saving REQUEST FOR PROPOSAL on - le 2013-05-06 Time EDT DEMANDE DE PROPOSITION F.O.B. - F.A.B. Specified Herein - Précisé dans les présentes Proposal To: Public Works and Government  Services Canada Plant-Usine: Destination: Other-Autre: We hereby offer to sell to Her Majesty the Queen in right Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur of Canada, in accordance with the terms and conditions Joy, Sharon ph884 set out herein, referred to herein or attached hereto, the Telephone No. - N° de téléphone FAX No. - N° de FAX goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. (819) 956-6510 ( ) ( ) - Destination - of Goods, Services, and Construction: Proposition aux: Travaux Publics et Services Destination - des biens, services et construction: Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). Comments - Commentaires

Instructions: See Herein

Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée Delivery Offered - Livraison proposée

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Drugs, Vaccines and Biologics Division/Div.des produits Name and title of person authorized to sign on behalf of Vendor/Firm pharmaceutiques,biologiques et de vaccins (type or print) 11 Laurier St. / 11, rue Laurier 6B3, Place du Portage III Nom et titre de la personne autorisée à signer au nom du fournisseur/ Gatineau de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Quebec K1A 0S5 Signature Date

Canada Page 1 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

PART 1 - GENERAL INFORMATION

1. Security Requirement There is no security requirement associated with the requirement.

2. Requirement To supply pharmaceuticals as described at Annex A.

3. Debriefings After contract award, bidders may request a debriefing on the results of the bid solicitation. Bidders should make the request to the Contracting Authority within 15 working days of receipt of notification that their bid was unsuccessful. The debriefing may be provided in writing, by telephone or in person.

PART 2 - BIDDER INSTRUCTIONS

1. Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual issued by Public Works and Government Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2012-11-19) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

2. Submission of Bids Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

3. Enquiries - Bid Solicitation All enquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary " will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the Bidder do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.

4. Applicable Laws Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in the province of Ontario.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian

Page 2 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the bidders.

5. Offers from Agents, Dealers or other Resale Outlets If the Bidder is not the prime manufacturer of the items offered, but is bidding on behalf of a prime manufacturer, in addition to the other requirements of this bid solicitation, it is mandatory upon request that the Bidder submit a letter of authorization, confirming that the Offeror is in fact the Authorized Agent, from the manufacturer it claims to represent. The letter must be an original, under the letterhead of the prime manufacturer.

The Bidder will be required to submit the original letter within five (5) calendar days from date of written request. Failure to submit the letter of authorization within the required time frame will result in the bid being declared non-responsive.

______Bidder Name (printed) ______

______Manufacturer Name(s)

6. Distribution by a Third Party If the Bidder has an agreement(s) in place with a Third Party Distributor(s) (e.g. a logistics company) with whom the Federal Government may place orders for the products contained in any resulting contract, please indicate the following for each distributor:

(a) the name of the distributor; (b) the complete address including postal code; (c) name of local contact and local telephone/facsimile numbers; (d) the minimum order per call up required by the distributor;

Name: ______Address : ______Telephone No.: ______E-mail address: ______Minimum order: ______

Who would be responsible for:

Accepting Orders: Bidder ___ Distributor ___ Either ___ Invoicing: Bidder ___ Distributor ___ Either ___ Receipt of Payment: Bidder ___ Distributor ___ Either ___

7. Disclosure of Information - Federal Government Quantities and Pharmaceutical Prime Vendor Standing Offer Holder Identified Users procure most of their non-operational pharmaceutical supplies through a Pharmaceutical Prime Vendor Standing Offer. At the present time, there is a National Master

Page 3 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Standing Offer (NMSO) with McKesson Canada to provide this service (Standing Offer E60PH-11PVSO/001/PH).

The Bidder must, in the event of a resulting contract, agree and consent to the disclosure of its contracted unit prices to McKesson Canada, or to another prime distributor as may be necessitated by a change in current arrangements, by Canada strictly for the use by McKesson Canada (or by the other Pharmaceutical Prime Vendor Standing Offer Holder) in fulfilling its requirements under the NMSO with the Identified Users, and further agrees that it will have no right to claim against Canada, the Minister, the Identified User, their employees, agents or servants, or any of them, in relation to such disclosure.

The Bidder agrees to appoint McKesson Canada, or another prime distributor as may be the case, as an Authorized Agent for the purposes of: (i) receiving and fulfilling orders under the Standing Offer, and (ii) receiving payment.

PART 3 - BID PREPARATION INSTRUCTIONS

1. Bid Preparation Instructions Canada requests that bidders provide their bid in separately bound sections as follows:

Section I: Technical Bid (1 hard copy) Section II: Financial Bid (1 hard copy and 1 soft copy on a CD) Section III: Certifications (1 hard copy)

An electronic copy of the spreadsheet contained in Annex A-1 can be requested from the Contracting Authority by sending an email to: [email protected].

If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy.

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.

Canada requests that bidders follow the format instructions described below in the preparation of their bid:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement.

(http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html).

To assist Canada in reaching its objectives, bidders should:

1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and

Page 4 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Technical Bid

(a) In their technical bid, bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work.

(b) The Bidder is required to provide full details on its policy for exchanges / credits for returned merchandise, including the return of expired or damaged products, and the return of pharmaceuticals for destruction.

Section II: Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment.

(a) The quantities provided in Annex A-1 are only an approximation of requirements given in good faith and do not represent any firm commitment by Canada. The quantities specified herein are subject to change prior to Contract award. Each Identified User reserves the right to alter quantities or to withdraw from participation for any given item. The final total contracted quantity for each item will be confirmed with the proposed Contractor(s) prior to award. A quantity change which represents a significant change in the Requirement for an item may result in a decision to re-tender that item.

(b) Bidders should submit a soft copy of Annex A-1 in an unchanged format.

(c) Bidders are to note the unit of measure (U of M) requested for each item and submit their prices accordingly

(d) Where the U of M used is per tablet or capsule, Bidders must submit one price per single capsule or tablet.

(e) Where the U of M used is a bottle, vial or tube, Bidders must submit one price per single bottle, vial or tube in accordance with the item description in spreadsheet in Annex A-1.

(f) The Bidder should make every effort to quote on the format size indicated in the item description for bottles and tubes. However, if the Bidder can not supply the format requested, the Bidder is requested to quote the closest format size available. The Bidder must indicate which format size is being quoted with a note in the “Format Sizes Available” column of the spreadsheet. If necessary, pricing for these items will be evaluated based on one millilitre, one gram, etc.

1.1. SACC Manual Clauses Exchange Rate Fluctuation C3011T (2010-01-11) - Exchange Rate Fluctuation

Section III: Certifications Bidders must submit the certifications required under Part 5.

Page 5 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

1. Evaluation Procedures (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

1.1. Technical Evaluation

1.1.1 Mandatory Technical Criteria

As specified under the Mandatory Technical in Annex E.

1.2 Financial Evaluation

1.2.1 As specified under Financial Offer in Annex F.

2. Basis of Selection To be considered responsive, a bid must meet all of the mandatory requirements of this solicitation. Bids not meeting all of the mandatory requirements will be given no further consideration.

Recommendation for contract award will be based on the lowest responsive price per item as indicated at Annex A-1. Multiple contracts may be awarded from this solicitation.

PART 5 - CERTIFICATIONS Bidders must provide the required certifications and related documentation to be awarded a contract. Canada will declare a bid non-responsive if the required certifications and related documentation are not completed and submitted as requested.

Compliance with the certifications bidders provide to Canada is subject to verification by Canada during the bid evaluation period (before award of a contract) and after award of a contract. The Contracting Authority will have the right to ask for additional information to verify the bidders' compliance with the certifications before award of a contract. The bid will be declared non-responsive if any certification made by the Bidder is untrue, whether made knowingly or unknowingly. Failure to comply with the certifications, to provide related documentation or to comply with the request of the Contracting Authority for additional information will also render the bid non-responsive.

1. Mandatory Certifications Required Precedent to Contract Award

1.1 Code of Conduct and Certifications - Related documentation

By submitting a bid, the Bidder certifies as per section 01 of Standard Instrucstion 2003 , for himself and his affiliates, to be in compliance with the Code of Conduct and Certifications clause of the Standard instructions. The related documentation therein required will help Canada in confirming that the certifications are true.

2. Additional Certifications Precedent to Contract Award

Page 6 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

The certifications listed below should be completed and submitted with the bid, but may be completed and submitted afterwards. If any of these required certifications is not completed and submitted as requested, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive.

2.1 Federal Contractors Program for Employment Equity - over $25,000 and below $200,000 Suppliers who are subject to the Federal Contractors Program (FCP) and have been declared ineligible contractors by Human Resources and Skills Development Canada (HRSDC) are no longer eligible to receive federal government contracts over the threshold for solicitation of bids as set out in the Government Contracts Regulations. Suppliers may be declared ineligible contractors either as a result of a finding of non-compliance by HRSDC, or following their voluntary withdrawal from the FCP for a reason other than the reduction of their workforce to less than 100 employees. Any bids from ineligible contractors, including a bid from a joint venture that has a member who is an ineligible contractor, will be declared non- responsive.

The Bidder, or, if the Bidder is a joint venture the member of the joint venture, certifies its status with the FCP, as follows:

The Bidder or the member of the joint venture (a) ( ) is not subject to the FCP, having a workforce of less than 100 full-time or part-time permanent employees, or temporary employees having worked 12 weeks or more in Canada;

(b) ( ) is not subject to the FCP, being a regulated employer under the Employment Equity Act, S.C. 1995, c. 44;

(c) ( ) is subject to the requirements of the FCP, having a workforce of 100 or more full-time or part-time permanent employees, or temporary employees having worked 12 weeks or more in Canada, but has not previously obtained a certificate number from HRSDC, having not bid on requirements of $200,000 or more;

(d) ( ) has not been declared an ineligible contractor by HRSDC, and has a valid certificate number as follows: ______.

Further information on the FCP is available on the HRSDC Web site.

or

2.1 Federal Contractors Program for Employment Equity - $200,000 or more 1. The Federal Contractors Program (FCP) requires that some suppliers, including a supplier who is a member of a joint venture, bidding for federal government contracts, valued at $200,000 or more (including all applicable taxes), make a formal commitment to implement employment equity. This is a condition precedent to contract award. If the Bidder, or, if the Bidder is a joint venture and if any member of the joint venture, is subject to the FCP, evidence of its commitment must be provided before the award of the Contract.

Suppliers who have been declared ineligible contractors by Human Resources and Skills Development Canada (HRSDC) are no longer eligible to receive government contracts over the threshold for solicitation of bids as set out in the Government Contracts Regulations. Suppliers may be declared ineligible contractors either as a result of a finding of

Page 7 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

non-compliance by HRSDC, or following their voluntary withdrawal from the FCP for a reason other than the reduction of their workforce to less than 100 employees. Any bids from ineligible contractors, including a bid from a joint venture that has a member who is an ineligible contractor, will be declared non-responsive.

2. If the Bidder does not fall within the exceptions enumerated in 3.(a) or (b) below, or does not have a valid certificate number confirming its adherence to the FCP, the Bidder must fax (819-953- 8768) a copy of the signed form LAB 1168, Certificate of Commitment to Implement Employment Equity, to the Labour Branch of HRSDC.

3. The Bidder, or, if the Bidder is a joint venture the member of the joint venture, certifies its status with the FCP, as follows:

The Bidder or the member of the joint venture

(a) ( ) is not subject to the FCP, having a workforce of less than 100 full-time or part-time permanent employees, or temporary employees having worked 12 weeks or more in Canada;

(b) ( ) is not subject to the FCP, being a regulated employer under the Employment Equity Act, S.C. 1995, c. 44;

(c) ( ) is subject to the requirements of the FCP, having a workforce of 100 or more full-time or part-time permanent employees, and/or temporary employees having worked 12 weeks or more in Canada, but has not previously obtained a certificate number from HRSDC (having not bid on requirements of $200,000 or more), in which case a duly signed certificate of commitment is attached;

(d) ( ) is subject to the FCP, and has a valid certificate number as follows: ______(e.g. has not been declared an ineligible contractor by HRSDC.)

Further information on the FCP is available on the HRSDC Web site.

PART 6 - RESULTING CONTRACT CLAUSES

1. Security Requirement There is no security requirement associated with the requirement.

2. Requirement The Contractor must provide pharmaceutical products in accordance with the Requirement at Annex A.

3. Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in Standard Acquisition Clauses and Conditions Manual issued by Public Works and Government Services Canada.

3.1 General Conditions 2010A (2013-03-21) General Conditions - Goods (Medium Complexity), apply to and form part of the Contract.

Page 8 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

3.2 Warranty - Amendment to General Conditions 2010A Section 09, paragraph 1, of General Conditions 2010A, which will form part of any Contract Canada may enter into, will not apply to items with a specified expiry date. The following warranty will apply instead:

Despite inspection and acceptance of the supplies by or on behalf of Canada and without restricting any other provision of the contract or any condition, warranty or provision implied or imposed by law, the Contractor warrants that the supplies conform to their Specifications until the expiration date required by the Requirement or by the Food and Drugs Act and Regulations. The Contractor must, upon the request of the Minister, replace as soon as possible any supplies that fail to so conform or that deteriorate prior to the said expiration date.

3.3 Canada and the Minister of Public Works & Government Services as Agent It is understood that, to the extent that the Contract involves orders placed by a Provincial or Territorial Government, Canada and the Minister will enter into such contract in the capacity of an agent for that Government. The Contractor acknowledges and agrees that Canada and the Minister are not liable under the Contract to the extent that it involves such orders, and the Contractor agrees that it must not make any claim or take any proceeding against Canada or the Minister for any loss, damages, or non-payment in any way related to or arising out of such orders. It is understood that payment of any invoices will be the responsibility of the Identified Users.

4. Term of Contract

4.1 Period of Contract The period for placing orders and rendering services against the Contract will be from July 1, 2013 up to and including June 30, 2014.

4.2 Option to Extend the Contract The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one (1) year period(s), from July 1, 2014 to June 30, 2015 and July 1, 2015 to June 30, 2016, under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

Canada may exercise this option at any time by sending a written notice to the Contractor from contract award up to and including the expiry date of the contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

4.3 Option - Add Identified User Subject to the mutual agreement of the Contractor and Canada, users may be added to the list of Identified Users and will be entitled to the level of service and quality of goods at a price not to exceed the price herein and subject to the terms and conditions of the contract. Users wishing to be added to the list of Identified Users must receive written authorization from the Contracting Authority.

4.4 Option - Quantities Plus or Minus (+/-) The Contractor grants to Canada and the Identified Users as a whole, an irrevocable option to purchase a minimum of 90% to a maximum of 120% of the contract quantity per item per year, at the prices herein and subject to the contract terms and conditions.

Page 9 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Should an individual Identified User request delivery of a quantity over and above 120% of their estimated quantity, the Contractor must obtain the approval of the Contracting Authority prior to the release and shipment of that additional quantity.

If additional Identified Users are added to the contract, their quantities will be considered exclusive of the additional 20% granted above. 4.5 Options -- Right to Exercise The options outlined above will remain valid and open for exercise by Canada, in whole or in part, at the discretion of Canada, during the period of the Contract. Exercise of these options will be by written notice, or written notices, from Canada prior to the expiry date of the Contract.

Nothing in the Contract obligates Canada to exercise these options, in whole or in part, and the exercise of these options will be at the sole discretion of Canada.

4.6 Authorization for Delivery -- Orders The Identified User may request delivery of goods by letter, by formal requisition or by any order form approved by the parties, sent by facsimile or mail. Alternatively, delivery may be requested by telephone, if confirmed in writing, or by any other method if deemed acceptable by the parties to the Contract.

4.7 Delivery

4.7.1 Orders / Delivery Orders against the Contract will be made as-and-when requested by the Identified Users during the period of the Contract. Unless otherwise indicated, delivery must be made within seven (7) calendar days from receipt of a demand from a Identified User.

4.8 Delivery - Additional quantities The Contractor will ship only those quantities specified in the Contract to the Identified User. Any quantities requested in excess of the total quantities specified in the Contract for the Identified User must be approved by Canada by formal amendment prior to shipment.

4.9 Packaging All shipments of goods under this contract must clearly indicate on packing slips and on the outside of outer packages/cartons, the following:

- Contractor's Name - Manufacturer's Brand Name - Lot Number - Expiry Date

Additionally, each package, carton, vial, ampoule, bottle, and pre-filled syringe (if applicable) must also clearly indicated the following:

- Drug Identification Number (DIN) and Nato Stock Number (NSN) (if applicable) - Lot Number - Expiry Date of Shelf Life

The Contractor must indicate the carton(s) which contain the packing slip.

The Contractor must clearly identify partly packed carton(s)/box(es).

Page 10 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Goods must be delivered on 40" x 48" pallets and be securely bound, or must be delivered in accordance with other specific directions as provided by a Identified User.

Packaging is to be in accordance with good commercial standards to ensure safe arrival at destination. The Contractor will be required to use the utmost care in ensuring that all goods is properly labeled and packaged in compliance with the BGTD Regulations.

4.10 Shipping Instructions - Delivery at Destination Goods must be consigned to the destination specified in the Contract and delivered DDP Delivered Duty Paid (per order/call-up document) Incoterms 2000 for shipments from a commercial contractor.

4.11 Dangerous Goods/Hazardous Products 1. The Contractor must ensure proper labeling and packaging in the supply and shipping of dangerous goods/hazardous products to the Government of Canada.

2. The Contractor will be held liable for any damages caused by improper packaging, labeling or carriage of dangerous goods/hazardous products.

3. The Contractor must clearly mark all merchandise labels with the percentage of volume that is a hazardous item. Failure to do so will result in the Contractor being held responsible for damages caused in the movement of goods/products by government vehicles or government personnel.

4. The Contractor must adhere to all applicable laws regarding dangerous goods/hazardous products.

4.12 Shipment of Hazardous Materials The Contractor must label and ship goods falling within the Hazardous Products Act, R.S.C. 1985, c. H-3 and regulation(s) in accordance with the said Act and regulation(s) accompanied by the required material safety data sheet(s) completed in either English or French. The label must clearly identify the contents of the hazardous material and the material safety data sheet must explain what those hazards are.

5. Authorities 5.1 Identified Users The Contractor agrees to sell or provide the goods stated herein at the request of the Identified Users listed on Annex B, or any of their authorized representatives, and to deliver same to the destinations specified on orders.

The Contractor understands and agrees that each Identified User may specify multiple authorized representatives and destination points and may change and/or add to the authorized representatives and destinations specified on Annex B.

5.2 Other Users Other users include other Federal Government Departments and Agencies and/or other Provinces / Territories not currently included on Annex B.

5.3 Contracting Authority The Contracting Authority for this Contract is:

Sharon Joy

Page 11 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Supply Specialist; Drugs, Vaccines and Biologics Division Public Works and Government Services Canada Tel: (819) 956-6510 Fax: (819) 956-7340 Place du Portage, Phase III, 6B3 Gatineau, PQ, K1A 0S5 [email protected]

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

5.4 Contractor’s Representative Name and telephone number of the person responsible for :

General enquiries

Name: ______

Telephone No.: ______

Facsimile No.: ______

E-mail address: ______

Delivery follow-up

Name: ______

Telephone No.: ______

Facsimile No.: ______

E-mail address: ______

5.5 Authorized Agents The Third Party Distributor(s) listed herein have been appointed by the Contractor as an Authorized Agent(s) for the purposes of:

(i) receiving and fulfilling orders under the contract, and (ii) for the purposes of receiving payment.

Authorized Agent(s): ______

Receipt by the Authorized Agent of payment for any order filled by that Authorized Agent will be deemed to be receipt by the Contractor of such payment. This arrangement does not remove the Contractor from any of their responsibilities under this Contract. The Contractor agrees and understands that it will be solely responsible for ensuring that all Authorized Agents are aware of and comply with the terms and conditions of the contract. The Contractor must provide a complete copy of the Contract to each Authorized Agent for reference.

Page 12 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

The Contractor is responsible for delivery in the event of default by the Authorized Agent(s) for those products only that are normally offered by the Contractor.

The Contractor agrees that if the Authorized Agent defaults on one or more items, the order cannot be terminated in whole, but only for those portions relating to goods or services specified in the particular Contract to which the default relates and only after the Contractor has been provided with a reasonable opportunity to remedy the default. If during the contract period there is a change in the list of Agents as initially indicated in the contract, the Contractor must immediately inform the PWGSC Contracting Authority listed herein, in writing, of this change.

5.6 Disclosure of Information - Contracts (Multiple) The Contractor agrees and accepts that its Agent(s) listed on this contract may represent the holder of a contract other than itself. The Contractor further agrees and accepts that its prices, along with those prices offered by those other Contractors, will appear on the multiple order form, thereby making the prices specified public information.

5.7 Disclosure of Information - Federal Government Prime Vendor The Federal Departments procures most of its non-operational pharmaceutical supplies through a Pharmaceutical Prime Distributor. At the present time, the Federal Departments have a National Master Standing Offer (NMSO) with McKesson Canada to provide this service.

In order to facilitate this process, the Contractor must supply a copy of the Contract, within 5 working days of receiving the Contract award, to McKesson.

Attn.: Ross Welham McKesson Canada 10931 - 177 Street , T4S 1P6 [email protected]

6. Payment

6.1 Basis of Payment - Firm Price In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a firm unit price, as specified in the contract. Customs duties are included, if applicable, and Goods and Services Tax or Harmonized Sales Tax is zero-rated.

Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work

6.2 SACC Manual Clauses SACC Manual Clause C6000C (2011-05-16), Limitation of Price SACC Manual Clause G1005C (2008-05-12), Insurance

6.3 Multiple Payments Canada will pay the Contractor upon completion and delivery of units in accordance with the payment provisions of the Contract if:

Page 13 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

(a) an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

(b) all such documents have been verified by Canada;

(c) the Work delivered has been accepted by Canada.

7. Invoicing Instructions 1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

2. Invoices must be distributed as follows: The original and one copy must be forwarded to the cosignee for certification and payment.

8. Certifications

8.1 Compliance Compliance with the certifications and related documentation provided by the Contractor in its bid is a condition of the Contract and subject to verification by Canada during the term of the Contract. If the Contractor does not comply with any certification, provide the related documentation or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default.

9. Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in the Province of Ontario.

10. Priority of Documents If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement; (b) 2010A (2013-03-21) General Conditions - Goods (Medium Complexity); (c) Annex A, Requirement; (d) the Contractor's bid dated ______(to be inserted)

11. Defence Contract The Contract is a defence contract within the meaning of the Defence Production Act, R.S.C. 1985, c. D-1, and must be governed accordingly.

Title to the Work or to any materials, parts, work-in-process or finished work must belong to Canada free and clear of all claims, liens, attachments, charges or encumbrances. Canada is entitled, at any time, to remove, sell or dispose of the Work or any part of the Work in accordance with section 20 of the Defence Production Act.

12. Product Specific Clauses

Page 14 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

12.1 Adverse Drug Event Reporting Requirement The Contractor understands and agrees that it must comply with all Federal/Provincial/Territorial adverse drug reaction reporting requirements.

12.2 Product Recall and/or Withdrawal In the event of a product recall or a withdrawal, the Contractor will be responsible for notifying all Identified Users that have the recalled or withdrawn product, for collecting and destroying the recalled or withdrawn product, and for providing Canada with full refund for the recalled or withdrawn product.

12.3 Returns Policy The Contractor's policy for exchanges / credits for returned merchandise, including the return of expired or damaged pharmaceutical products will be included in Annex D.

12.4 Inability to Supply or Drug Discontinuation In the event that the Contractor is unable to supply a drug in accordance with the terms and conditions of the Contract, whether as the result of drug discontinuation or for any other reason, the Contractor will provide a substitute product acceptable to the Identified User at a price no greater than the contracted price.

In the event of the unavailability of a product format, whether due to format discontinuation or for any other reason, the Contractor will supply another format acceptable to the Identified User at the equivalent unit price, or less.

Should a Identified User be required to purchase the unavailable product or format from an alternate source at a higher price, the Contractor will be required to reimburse the Identified User for the difference between the price paid to the alternate source and the contracted price.

12.5 Notice of Anticipated Shortage The Contractor must notify the Contracting Authority when they become aware of a potential problem, delay, etc. that may lead to a shortage of any of the quantities listed in Annex A-1. Such notice must include a description of the nature of the problem or delay, the anticipated impact on the delivery requirements of this contract, the steps being taken by the Contractor to rectify the situation or to minimize the impact on this contract, and the expected date by which the shortage will be corrected.

12.6 Reports - Periodic Usage Reports The Contractor must compile and maintain records on its provision of the Work under the Contract. This data must include all purchases by the Identified Users listed in Annex B.

The Contractor must provide this data in accordance with the reporting requirements detailed in Annex C. If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Supplier must still provide a "NIL" report.

The data must be submitted in electronic format to the Contracting Authority on a biannual basis for the duration of the Contract.

The reporting periods are defined as follows:

July 1 to December 31; January 1 to June 30.

Page 15 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

The data must be submitted to the Contract Authority no later than 7 calendar days after the end of the reporting period.

12.7 Reports - Fiscal Year-End Usage Report - Upon Request In addition to the reporting requirements above, the Contractor must provide usage report for all purchases by the Identified User listed in Annex B for the Federal Government’s fiscal year-end.

The Contractor must provide this data in accordance with the reporting requirements detailed in Annex C. If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Supplier must still provide a "NIL" report.

The data must be submitted in electronic format on a yearly basis to the Contract Authority.

The fiscal reporting periods are defined as follows:

1st year: Contract Award to March 31, 2014; Option year one: April 1, 2014 to March 31, 2015; Option year two: April 1, 2015 to March 31, 2016.

The data must be submitted to the Contract Authority no later than 7 calendar days after the end of the reporting period.

Page 16 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Annex A STATEMENT OF REQUIREMENT, PRICING AND DELIVERABLES

1. Requirement: To supply pharmaceuticals in accordance with the item descriptions listed in the attached Annex A-1.

2. Price Proposal All prices must be in Canadian dollars, DDP Delivered Duty Paid (per order/call-up document), transportation charges included, customs and excise duties included, if applicable; and where applicable. Goods and Services Tax (GST) and Harmonized Sales Tax (HST) is zero-rated. Each firm unit price is applicable for all destinations in Canada.

Page 17 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Annex B - Identified Users

DEPARTMENT OF NATIONAL DEFENCE

CANADIAN FORCES FACILITIES DELIVERY ADDRESSES BILLING ADDRESS 22 CANADIAN FORCES HEALTH SERVICES CENTRE 22 CF HEALTH SERVICES CENTRE COLD LAKE COLD LAKE 4 WING CFB COLD LAKE 4 WING CFB COLD LAKE BUILDING 69 BUILDING 69 COLD LAKE, AB T9M 2C6 COLD LAKE, AB T9M 2C6 1 FIELD AMBULANCE CLINIC PHARMACY 1 FIELD AMBULANCE CLINIC PHARMACY CANADIAN FORCES BASE EDMONTON GARRISON CANADIAN FORCES BASE EDMONTON GARRISON BUILDING 162, LANCASTER PARK BUILDING 162, LANCASTER PARK PO BOX 10500 STATION FORCES PO BOX 10500 STATION FORCES EDMONTON, AB T5J 4J5 EDMONTON, AB T5J 4J5 1 FIELD AMBULANCE DETACHMENT WAINWRIGHT 1 FIELD AMBULANCE DETACHMENT WAINWRIGHT BUILDING 633 PHARMACY DENWOOD, AB T0B 1B0 BUILDING 633 DENWOOD, AB T0B 1B0 1 FIELD AMBULANCE BRIGADE PHARMACY 1 FIELD AMBULANCE BRIGADE PHARMACY BUILDING 175 LANCASTER PARK BUILDING 175 LANCASTER PARK P.O. BOX 9700 STN FORCES P.O. BOX 9700 STN FORCES EDMONTON, AB T5J 4J5 EDMONTON, AB T5J 4J5 CANADIAN FORCES HEALTH SERVICES UNIT (PACIFIC) CANADIAN FORCES HEALTH SERVICES UNIT (PACIFIC) PHARMACY PHARMACY 1200 COLVILLE ROAD 1200 COLVILLE ROAD VICTORIA, BC V9A 7N2 VICTORIA, BC V9A 7N2 MEDICAL PROVISION POINT ESQUIMALT MEDICAL PROVISION POINT ESQUIMALT C/O CANADIAN FORCES HEALTH SERVICES UNIT C/O CANADIAN FORCES HEALTH SERVICES UNIT (PACIFIC) (PACIFIC) 1200 COLVILLE ROAD 1200 COLVILLE ROAD VICTORIA, BC V9A 7N2 VICTORIA, BC V9A 7N2 21 CANADIAN FORCES HEALTH SERVICES CENTRE 21 CF HEALTH SERVICES CENTRE COMOX COMOX 19 WING CFB COMOX 19 WING CFB COMOX BUILDING 27 BUILDING 27 LAZO, BC V0R 2K0 LAZO, BC V0R 2K0 23 CANADIAN FORCES HEALTH SERVICES CENTRE 23 CANADIAN FORCES HEALTH SERVICES CENTRE WINNIPEG WINNIPEG 17 WING MEDICAL SQN CFB WINNIPEG 17 WING MEDICAL SQN CFB WINNIPEG BUILDING 62 BUILDING 62 PO BOX 17000 STATION FORCES PO BOX 17000 STATION FORCES WINNIPEG, MB R3J 0T0 WINNIPEG, MB R3J 0T0 11 CANADIAN FORCES HEALTH SERVICES CENTRE SHILO 11 CF HEALATH SERVICES CENTRE SHILO CANADIAN FORCES BASE SHILO CANADIAN FORCES BASE SHILO BUILDING L-158 BUILDING L-158 SHILO, MB R0K 2A0 SHILO, MB R0K 2A0 42 CANADIAN FORCES HEALTH SERVICES CENTRE 42 CANADIAN FORCES HEALTH SERVICES CENTRE GAGETOWN PHARMACY GAGETOWN PHARMACY CANADIAN FORCES BASE GAGETOWN CANADIAN FORCES BASE GAGETOWN BUILDING A-47 BUILDING A-47 PO BOX 17000 STN FORCES PO BOX 17000 STN FORCES ORMOCTO, NB E2V 4J5 ORMOCTO, NB E2V 4J5 STATION MEDICAL SECTION ST JOHN'S STATION MEDICAL SECTION ST JOHN'S CANADIAN FORCES STATION ST. JOHN'S CANADIAN FORCES STATION ST. JOHN'S BUILDING 309 BUILDING 309 PO BOX 2028 PO BOX 2028 ST JOHN'S, NL A1C 6B5 ST JOHN'S, NL A1C 6B5 27 CANADIAN FORCES HEALTH SERVICES CENTRE 27 CF HEALTH SERVICES CENTRE GOOSE BAY

Page 18 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

GOOSE BAY CANADIAN FORCES BASE GOOSE BAY CANADIAN FORCES BASE GOOSE BAY GOOSE BAY AIRPORT, STATION A GOOSE BAY AIRPORT, STATION A GOOSE BAY, NL A0P 1S0 GOOSE BAY, NL A0P 1S0 CANADIAN FORCES HEALTH SERVICES CENTRE CANADIAN FORCES HEALTH SERVICES CENTRE (ATLANTIC) PHARMACY (ATLANTIC) PHARMACY MCCALLUM FACILITY BLDG MCCALLUM FACILITY BLDG BLDG S-80 BLDG S-80 P.O. BOX 99000 STN FORCES P.O. BOX 99000 STN FORCES HALIFAX, NS B3K 5X5 HALIFAX, NS B3K 5X5 SHEARWATER MEDICAL CLINIC PHARMACY SHEARWATER MEDICAL CLINIC PHARMACY 12 WING CFB SHEARWATER 12 WING CFB SHEARWATER WARRIOR BLOCK, BUILDING 100 WARRIOR BLOCK, BUILDING 100 SHEARWATER, NS B0J 3A0 SHEARWATER, NS B0J 3A0 MEDICAL PROVISION POINT HALIFAX MEDICAL PROVISION POINT HALIFAX C/O FORMATION HEALTH SERVICES UNIT (ATLANTIC) C/O CF HEALTH SERVICES CENTRE (ATLANTIC) MCCALLUM FACILITY BUILDING MCCALLUM FACILITY BUILDING BUILDING S-80 BUILDING S-80 HALIFAX, NS B3K 5X5 HALIFAX, NS B3K 5X5 26 CANADIAN FORCES HEALTH SERVICES CENTRE 26 CF HEALTH SERVICES CENTRE GREENWOOD GREENWOOD PHARMACY 14 WING CFB GREENWOOD 14 WING CFB GREENWOOD BUILDING 13 BUILDING 13 GREENWOOD, NS B0P 1N0 GREENWOOD, NS B0P 1N0 CANADIAN FORCES HEALTH SERVICES CENTER CANADIAN FORCES HEALTH SERVICES CENTER (OTTAWA) PHARMACY (OTTAWA) PHARMACY 1745 ALTA VISTA DRIVE 1745 ALTA VISTA DRIVE OTTAWA, ON K1A 0K6 OTTAWA, ON K1A 0K6 24 CANADIAN FORCES HEALTH SERVICES CENTRE 24 CANADIAN FORCES HEALTH SERVICES CENTRE TRENTON TRENTON 8 WING CFB TRENTON 8 WING CFB TRENTON 50 YUKON ST 50 YUKON ST ASTRA, ON K0K 1B0 ASTRA, ON K0K 1B0 24 CANADIAN FORCES HEALTH SERVICES CENTRE 24 CF HEALTH SERVICES CENTRE DET NORTH BAY DETACHMENT NORTH BAY 95 MONTSON CRES, 22 WING CFB NORTH BAY 22 WING CFB NORTH BAY HORNELL HEIGHTS, ON P0H 1PO HORNELL HEIGHTS, ON P0H 1PO

33 CANADIAN FORCES HEALTH SERVICES CENTRE 33 CANADIAN FORCES HEALTH SERVICES CENTRE KINGSTON KINGSTON CANADIAN FORCES BASE KINGSTON CANADIAN FORCES BASE KINGSTON BLDG #1 ENTRETIEN BLDG #1 ENTRETIEN PO BOX 17000 STATION FORCES PO BOX 17000 STATION FORCES KINGSTON, ON K7K 7B4 KINGSTON, ON K7K 7B4 32 CANADIAN FORCES HEALTH SERVICES CENTRE 32 CANADIAN FORCES HEALTH SERVICES CENTRE TORONTO TORONTO DENISON ARMOURY DENISON ARMOURY 1 YUKON LANE 1 YUKON LANE NORTH YORK, ON M3K 2C6 NORTH YORK, ON M3K 2C6 2 FIELD AMBULANCE CLINIC PHARMACY 2 FIELD AMBULANCE CLINIC PHARMACY CANADIAN FORCES BASE PETAWAWA CANADIAN FORCES BASE PETAWAWA BUILDING N-109 BUILDING N-109 PETAWAWA, ON K8H 2X3 PETAWAWA, ON K8H 2X3 2 FIELD AMBULANCE BRIGADE PHARMACY 2 FIELD AMBULANCE BRIGADE PHARMACY MED COY, BUILDING BB-130 MED COY, BUILDING BB-130 CANADIAN FORCES BASE PETAWAWA CANADIAN FORCES BASE PETAWAWA PETAWAWA, ON K8H 2X3 PETAWAWA, ON K8H 2X3 1 CANADIAN FIELD HOSPITAL PHARMACY 1 CANADIAN FIELD HOSPITAL PHARMACY CANADIAN FORCES BASE PETAWAWA 147 FLANDERS ROW PETAWAWA, ON K8H 2X3 CANADIAN FORCES BASE PETAWAWA PETAWAWA, ON K8H 2X3 CENTRAL MEDICAL EQUIPMENT DEPOT CENTRAL MEDICAL EQUIPMENT DEPOT CANADIAN FORCES BASE PETAWAWA CANADIAN FORCES BASE PETAWAWA BUILDING BB-104 BUILDING BB-104

Page 19 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

CANADIAN FORCES BASE PETAWAWA CANADIAN FORCES BASE PETAWAWA PETAWAWA, ON K8H 2X3 PETAWAWA, ON K8H 2X3 31 CANADIAN FORCES HEALTH SERVICES CENTRE 31 CF HEALTH SERVICES CENTRE BORDEN PHARMACY BORDEN PHARMACY CANADIAN FORCES BASE BORDEN CANADIAN FORCES BASE BORDEN BUILDING O-166 BUILDING O-166 BORDEN, ON L0M 1C0 BORDEN, ON L0M 1C0 25 CANADIAN FORCES HEALTH SERVICES CENTRE 25 CF HEALTH SERVICES CENTRE BAGOTVILLE BAGOTVILLE 3 WING BFC BAGOTVILLE 3 WING BFC BAGOTVILLE 3E ESCADRE PHARMACIE, BLDG 66 3E ESCADRE PHARMACIE, BLDG 66 ALOUETTE, PQ G0V 1A0 ALOUETTE, PQ G0V 1A0 5 FIELD AMBULANCE PHARMACIE 5E AMB de C PHARMACIE CANADIAN FORCES BASE VALCARTIER CANADIAN FORCES BASE VALCARTIER BUILDING 109 BUILDING 109 COURCELETTE, PQ G0A 1R0 COURCELETTE, PQ G0A 1R0 41 CANADIAN FORCES HEALTH SERVICES CENTRE SAINT 41 CANADIAN FORCES HEALTH SERVICES CENTRE SAINT JEAN PHARMACY JEAN PHARMACY CANADIAN FORCES BASE SAINT JEAN CANADIAN FORCES BASE SAINT JEAN BUILDING 150 BUILDING 150 RICHELAIN, PQ J0J 1R0 RICHELAIN, PQ J0J 1R0 23 CF HEALTH SERVICES CENTRE DET MOOSE JAW 23 CF HEALTH SERVICES CENTRE DET MOOSE JAW 15 WING CFB MOOSE JAW 15 WING CFB MOOSE JAW BUILDING 53 BUILDING 53 PO BOX 5000 PO BOX 5000 MOOSE JAW, SK S6H 7Z8 MOOSE JAW, SK S6H 7Z8 1 FD AMB DET OP PODIUM 1 FD AMB DET OP PODIUM 4050 4TH AVE WEST 4050 4TH AVE WEST VANCOUVER, BC V6R 1P6 VANCOUVER, BC V6R 1P6 CF H SVCS C (OTTAWA) DET GEILENKIRCHEN CANADIAN FORCES BASE PETAWAWA PO BOX 5053, STN FORCES 105 MONTGOMERY RD BELLEVILLE, ON CENTRAL MEDICAL EQUIPMENT DEPOT K8N 5W6 PETAWAWA, ON K8H 2X3

CF SCHOOL OF COMMUNICATION CF SCHOOL OF COMMUNICATION & ELECTRONICS & ELECTRONICS PO BOX 17000 STN FORCES 5 BYNG AVENUE BLDG 15, BAY 9 KINGSTON, ON, K7K 7B4 KINGSTON, ON, K7K 7B4 SO FINANCE HQ

CORRECTIONAL SERVICE CANADA

CORRECTIONAL SERVICE FACILITIES DELIVERY ADDRESS BILLING ADDRESS CSC- REGIONAL PHARMACY - PHARMACIE RÉGIONALE 1045 MAIN STREET, 2ND FLOOR CSC - ATLANTIC INSTITUTION MONCTON, NB, E1C 1H1 13175 ROUTE 8, TELEPHONE: (506) 851-3958 RENOUS, NB, E9E 2E1 ATT: RON HEAD, REGIONAL PHARMACIST TELEPHONE: (506) 623-4000 ATT: HEALTHCARE KARLA MCGRAW CSC- ATLANTIC REGIONAL PHARMACY CSC - WESTMORLAND INSTITUTION 1045 MAIN STREET, 2ND FLOOR 4902A MAIN STREET MONCTON, NB, E1C 1H1 DORCHESTER, NB, E4K 2Y9 TELEPHONE: (506) 851-3958 TELEPHONE: (506) 379-4595 ATT: RON HEAD, REGIONAL PHARMACIST CSC- ATLANTIC REGIONAL PHARMACY CSC - SPRINGHILL INSTITUTION 1045 MAIN STREET, 2ND FLOOR 330 MCGEE STREET, P.O. BOX 2140 MONCTON, NB, E1C 1H1 SPRINGHILL, NS, B0M 1X0 TELEPHONE: (506) 851-3958 TELEPHONE: (902) 597-8651 ATT: RON HEAD, REGIONAL PHARMACIST ATT: HEALTHCARE WANDA SMITH

Page 20 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

CSC- ATLANTIC REGIONAL PHARMACY CSC - DORCHESTER PENITENTIARY 1045 MAIN STREET, 2ND FLOOR 4902 MAIN STREET MONCTON, NB, E1C 1H1 DORCHESTER, NB, E4K 2Y9 TELEPHONE: (506) 851-3958 TELEPHONE: (506) 379-2471 ATT: RON HEAD, REGIONAL PHARMACIST ATT: HEALTHCARE TAMMY LUNNEY CSC - NOVA INSITUTION FOR WOMEN CSC- ATLANTIC REGIONAL PHARMACY 180 JAMES STREET 1045 MAIN STREET, 2ND FLOOR TRURO, NOVA SCOTIA, B2N 6R8 MONCTON, NB, E1C 1H1 TELEPHONE: (902) 897-1750 TELEPHONE: (506) 851-3958 ATT: HEALTHCARE DEBBIE FURY ATT: RON HEAD, REGIONAL PHARMACIST CSC CSC CENTRE REGIONAL DE RECEPTION CENTRE REGIONAL DE RECEPTION 246 MONTÉE GAGNON 246 MONTÉE GAGNON SAINTE-ANNE-DES-PLAINES, QUEBEC SAINTE-ANNE-DES-PLAINES, QUEBEC J0N 1H0 J0N 1H0 CSC CSC ETABLISSEMENT ARCHAMBAULT ETABLISSEMENT ARCHAMBAULT 242 MONTÉE GAGNON 242 MONTÉE GAGNON SAINTE-ANNE-DES-PLAINES, QUEBEC SAINTE-ANNE-DES-PLAINES, QUEBEC J0N 1H0 J0N 1H0 CSC CSC ETABLISSEMENT COWANSVILLE ETABLISSEMENT COWANSVILLE 400 FORDYCE AVENUE 400 FORDYCE AVENUE COWANSVILLE, QUEBEC COWANSVILLE, QUEBEC J2K 3G6 J2K 3G6 CSC CSC ETABLISSEMENT DRUMMOND ETABLISSEMENT DRUMMOND 2025 JEAN-DE-BRÉBEUF BLVD. 2025 JEAN-DE-BRÉBEUF BLVD. DRUMMONDVILLE, QUEBEC DRUMMONDVILLE, QUEBEC J2B 7Z6 J2B 7Z6 CSC CSC ETABLISSEMENT PORT-CARTIER ETABLISSEMENT PORT-CARTIER CHEMIN DE L'AÉROPORT CHEMIN DE L'AÉROPORT PO BOX 7070 PORT-CARTIER, QUEBEC PORT-CARTIER, QUEBEC G5B 2W2 G5B 2W2 CSC CSC CENTRE FÉDÉRAL DE FORMATION CENTRE FÉDÉRAL DE FORMATION 6099 BOUL. LÉVESQUE EST 6099 BOUL. LÉVESQUE EST LAVAL, QUÉBEC, H7C 1P1 LAVAL, QUÉBEC, H7C 1P1 CSC CSC ETABLISSEMENT LECLERC ETABLISSEMENT LECLERC 400 MONTÉE ST-FRANÇOIS 400 MONTÉE ST-FRANÇOIS LAVAL, QUÉBEC, H7C 1S7 LAVAL, QUÉBEC, H7C 1S7 CSC CSC ETABLISSEMENT LA MACAZA ETABLISSEMENT LA MACAZA 321 CHEMIN DE L'AÉROPORT 321 CHEMIN DE L'AÉROPORT LA MACAZA, QUÉBEC, J0T 1R0 LA MACAZA, QUÉBEC, J0T 1R0 CSC CSC ETABLISSEMENT DONNACONA ETABLISSEMENT DONNACONA 1537 ROUTE 138 1537 ROUTE 138 QUÉBEC, G3M 1C9 DONNACONA, QUÉBEC, G3M 1C9 CSC CSC ETABLISSEMENT JOLIETTE ETABLISSEMENT JOLIETTE 400 MARSOLAIS 400 MARSOLAIS JOLIETTE, QUEBEC, J6E 8V4 JOLIETTE, QUEBEC, J6E 8V4 CSC CSC

Page 21 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

ONTARIO REGIONAL PHARMACY ONTARIO REGIONAL PHARMACY 1455 BATH ROAD Building A2 PO BOX 7500 1455 BATH ROAD KINGSTON, ONTARIO KINGSTON, ONTARIO K7L 5E6 K7L 5E6 TELEPHONE: (613) 547-7719 ATTN: PAMELA LINDSAY, REGIONAL PHARMACIST CSC CSC FENBROOK INSTITUTION FENBROOK INSTITUTION 2000 BEAVER CREEK DRIVE 2000 BEAVER CREEK DRIVE P.O. Box 5000 GRAVENHURST, ON GRAVENHURST, ON P1P 1Y2 P1P 1Y2 CSC CSC FRONTENAC INSTITUTION FRONTENAC INSTITUTION 1455 BATH RD PO Box 190 1455 BATH RD KINGSTON, ON KINGSTON, ON K7L 4V9 K7L 4V9 CSC CSC REGIONAL TREATMENT CENTRE REGIONAL TREATMENT CENTRE 555 KING St WEST, PO Box 22 555 KING St WEST, KINGSTON Ontario KINGSTON Ontario K7L 4V7 K7L 4V7 CSC CSC JOYCEVILLE INSTITUTION JOYCEVILLE INSTITUTION HIGHWAY 15, PO BOX 880 HIGHWAY 15, KINGSTON, ONTARIO, K7L 4X9 KINGSTON, ONTARIO, K7L 4X9 CSC CSC GRAND VALLEY INSTITUTION GRAND VALLEY INSTITUTION 1575 HOMER WATSON BLVD. 1575 HOMER WATSON BLVD. KITCHENER, ONTARIO N2P 2C5 KITCHENER, ONTARIO N2P CSC CSC MILLHAVEN INSTITUTION HIGHWAY 33, PO BOX 280 HIGHWAY 33, BATH, ONTARIO K0H 1G0 BATH, ONTARIO K0H 1G0 CSC CSC BATH INSTITUTION BATH INSTITUTION 5775 BATH RD. PO BOX 1500 5775 BATH RD. BATH, ONTARIO K0H 1G0 BATH, ONTARIO K0H 1G0 CSC CSC EDMONTON INSTITUTION EDMONTON INSTITUTION 21611 MERIDIAN STREET 21611 MERIDIAN STREET PO BOX 2290 EDMONTON, ALBERTA EDMONTON, ALBERTA T5J 3H7 CSC CSC EDMONTON INSTITUTION FOR WOMEN EDMONTON INSTITUTION FOR WOMEN 11151-178TH ST 11151-178TH ST EDMONTON, AB EDMONTON, AB T5S 2H9 T5S 2H9 CSC CSC DRUMHELLER INSTITUTION DRUMHELLER INSTITUTION HIGHWAY #9, PO BOX 3000 HIGHWAY #9, DRUMHELLER, ALBERTA T0J 0Y0 DRUMHELLER, ALBERTA T0J 0Y0 CSC CSC BOWDEN INSTITUTION BOWDEN INSTITUTION HIGHWAY #2 PO Box 6000 HIGHWAY #2 INNISFAIL, AB INNISFAIL, AB T4G 1V1 T4G 1V1

Page 22 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

CSC CSC GRANDE CACHE INSTITUTION GRANDE CACHE INSTITUTION HOPPE AVENUE HOPPE AVENUE BAG 4000 BAG 4000 GRANDE CACHE, ALBERTA GRANDE CACHE, ALBERTA T0E 0Y0 T0E 0Y0 CSC CSC REGIONAL PSYCHIATRIC CENTRE REGIONAL PSYCHIATRIC CENTRE 2520 CENTRAL AVENUE NORTH 2520 CENTRAL AVENUE NORTH PO BOX 9243 PO BOX 9243 , S7K 3X5 SASKATOON, SASKATCHEWAN S7K 3X5 CSC CSC OKIMAW OCHI HEALING LODGE OKIMAW OCHI HEALING LODGE P.O. BOX 1929 P.O. BOX 1929 MAPLE CREEK, SK S0N 1N0 MAPLE CREEK, SK S0N 1N0 TELEPHONE: (306) 662-5066 NOTE: OOHL IS 35 KM FROM MAPLE CREEK AND MUST BE CONTACTED PRIOR TO ANY DELIVERY TO ENSURE OOHL CAN ARRANGE SUCCESSFUL DELIVERY CSC STONY MOUNTAIN INSTITUTION CSC HIGHWAY # 7 STONY MOUNTAIN INSTITUTION STONY MOUNTAIN, MB R0C 3A0 HIGHWAY # 7 STONY MOUNTAIN, MB R0C 3A0 CSC CSC PACIFIC REGIONAL PHARMACY PACIFIC REGIONAL PHARMACY 33344 KING ROAD 33344 KING ROAD PO BOX 3000 ABBOTSFORD, BRITISH COLUMBIA ABBOTSFORD, BRITISH COLUMBIA V2S 4P4 V2S 4P4 TELEPHONE : (604) 870-7763 ATTN: JASON WONG, REGIONAL PHARMACIST

HEALTH CANADA

HEALTH CANADA/PHAC HEALTH CANADA ALBERTA REGION ACCOUNTING OPERATIONS - WEST DRUG DISTRIBUTION CENTER P2P INVOICES 12745 - 149 STREET 1015 ARLINGTON STREET EDMONTON, AB, T5L 4M9 WINNIPEG, MB ATT: JANE SERBEN, 780-495-5619 R3E 3R2 SEE ANNEXC B-1 BELOW HEALTH CANADA FINANCE AND MATERIEL MANAGEMENT STANLEY KNOWLES BUILDING FLOOR 4, ROOM 480-718 391 YORK AVENUE WINNIPEG, MB R3C 4W1 ATTN.: JODI CORDEN [email protected]

ONTARIO

SUPPLY CHAIN AND FACILITIES BRANCH ONTARIO GOVERNMENT PHARMACEUTICAL AND

Page 23 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

MINISTRY OF HEALTH AND LONG-TERM CARE MEDICAL SUPPLY SERVICE (OGPMSS) 99 ADESSO DRIVE SUPPLY CHAIN AND FACILITIES BRANCH CONCORD, ON, L4K 3C7 MINISTRY OF HEALTH AND LONG-TERM CARE ATT: LORI CHEWINS, 416-327-0831 99 ADESSO DRIVE CONCORD, ONTARIO L4K 3C7 ATTN.: ANISA KAZI 416-326-9136

PEI

PROVINCIAL PHARMACY PROVINCIAL PHARMACY P.O. BOX 2000 P.O. BOX 2000 16 FITZROY STREET 16 FITZROY STREET CHARLOTTETOWN, PEI, C1A 7N8 CHARLOTTETOWN, PEI, C1A 7N8 [email protected] ATT: BETTY MACDONALD, 902-368-4902

VETERANS AFFAIRS

VETERANS AFFAIRS CANADA VETERANS AFFAIRS CANADA ST-ANNE’S HOSPITAL ST-ANNE’S HOSPITAL 305 BLVD. ANCIENS COMBATTANTS 305 BLVD. ANCIENS COMBATTANTS ST- ANNE DE BELLEVUE, QUÉBEC ST- ANNE DE BELLEVUE, QUÉBEC H9X 1Y9 H9X 1Y9

Annex B-1(Health Canada Manitoba)

DELIVERY ADDRESS DELIVERY ADDRESS DELIVERY ADDRESS Berens River Nursing Station Nelson House Nursing Station South Indian Lake Nursing Station Berens River, Manitoba Nelson House, Manitoba South Indian Lake, Manitoba R0B 0A0 R0B 1A0 R0B 1N0 Ph (204) 382-2265 Ph (204) 484-2031 Ph (204) 374-2013 Fax (204) 382-2005 Fax (204) 484-2284 Fax (204) 374-2039 Bloodvein Nursing Station Percy E Moore Hospital Split Lake Nursing Station Bloodvein, Manitoba Box 190 Split Lake, Manitoba R0C 0J0 Hodgson, Manitoba R0B 1P0 Ph (204) 395-2161 R0C 1N0 Ph (204) 342-2033 Fax (204) 395-2087 Ph (204) 372-8444 Fax (204) 342-2319 Fax (204) 372-6991 Brochet Nursing Station Norway House Hospital St. Theresa Point Nursing Station Brochet, Manitoba Box #730 St. Theresa Point, Manitoba R0B 0B0 Norway House, Manitoba R0B 1J0 Ph (204) 323-2120 R0B 1B0 Ph (204) 462-2473 Fax (204) 323-2650 Ph (204) 359-6731 Fax (204) 462-2642 Fax (204) 359-6559 Cross Lake Nursing Station Oxford House Nursing Station Tadoule Lake Nursing Station Box #160 Oxford House, Manitoba Tadoule Lake, Manitoba Cross Lake, Manitoba R0B 1C0 R0B 2C0 R0B 0J0 Ph (204) 538-2347 Ph (204) 684-2031 Ph (204) 676-2011 Fax (204) 538-2445 Fax (204) 684-2842 Fax (204) 676-3179 Garden Hill Nursing Station Pauingassi Nursing Station Wasagamack Nursing Station Island Lake, Manitoba P.O. Box 32 Wasagamack, Manitoba R0B 0T0 Pauingassi, Manitoba R0B 1Z0 Ph (204) 456-2343 R0B 2G0 Ph (204) 457-2189 Fax (204) 456-2866 Ph (204) 397-2395 Fax (204) 457-2348

Page 24 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME E60PH-13DRUG ph884E60PH-13DRUG

Fax (204) 397-2104 God's Lake Narrows Nursing Poplar River Nursing Station York Landing Nursing Station Station Negginan, Manitoba York Landing, Manitoba God' s Lake Narrow s, Manitoba R0B 1G0 R0B 2B0 R0B 0M0 Ph (204) 244-2102 Ph (204) 341-2325 Ph (204) 335-2557 Fax (204) 244-2001 Fax (204) 341-2179 Fax (204) 335-2043 God's River Nursing Station Pukatawagan Nursing Station God' s River, Manitoba (Band) R0B 0N0 Pukatawagan, Manitoba Ph (204) 366-2355 R0B 1G0 Fax (204) 366-2474 Ph (204) 553-2271 Fax (204) 553-2241 Lac Brochet Nursing Station Red Sucker Lake Nursing Station Lac Brochet, Manitoba Red Sucker Lake, Manitoba R0B 2E0 R0B 1H0 Ph (204) 337-2161 Ph (204) 469-5351 Fax (204) 337-2143 Fax (204) 469-5769 Little Grand Rapids Nursing Shamattawa Nursing Station Station Shamattawa, Manitoba Little Grand Rapids, Manitoba R0B 1K0 R0B 0V0 Ph (204) 565-2370 Ph (204) 397-2115 Fax (204) 565-2519 Fax (204) 397-2016

Page 25 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME E60PH-13DRUG ph884E60PH-13DRUG ______

Annex C EXAMPLE OF PERIODIC REPORT

Name of Contractor: ______Contract Number: ______

Reporting Period: Start ______(dd/mm/yyyy) End ______(dd/mm/yyyy)

Item CSC DND HC-AB Total Contract Item DIN U of I Pkg Sizes Item Total Description Qty Sold Qty Sold Qty Sold Qty Sold Price #

1 Prod. A 123 TU 75g 10 5 0 15 $5.60 $84.00

2 Prod. B 465 TU 120g 0 5 0 5 $5.00 $25.00

3 Prod. C 784 EA 100g 20 0 0 40 $8.10 $324.00

Total $433.00 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME E60PH-13DRUG ph884E60PH-13DRUG ______

Annex D - Return Policy

To be inserted at contract award

Page 27 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME E60PH-13DRUG ph884E60PH-13DRUG ______

ANNEX E TECHNICAL MANDATORY CRITERIA

A Bid must meet all Mandatory Criteria (M1-M3). Failure on the part of the Bidder to meet any one (1) of the Mandatory Criteria will result in their bid being deemed non-responsive, and their bid will be given no further consideration.

MANDATORY CRITERIA

M1. Bidders must agree to the Disclosure of Information - Pharmaceutical Prime Vendor Standing Offer Holder clause.

The Bidder agrees to appoint McKesson Canada, or another prime distributor as may be the case, as an Authorized Agent for the purposes of: (i) receiving and fulfilling orders under the Standing Offer, and (ii) receiving payment

Yes ______No______

M2. Where the Unit of Measure is per tablet or capsule, Bidders must submit one price per single capsule or tablet. Bidder must agree to keep price per Unit of Measure the same regardless of format size. As an example, if the unit price per tablet is $0.25, it would remain the same for a bottle of 100 tablets ($25.00) or 200 tablets ($50.00).

Yes______No______

M3. Bidder must agree to keep unit prices firm for the entire period of the contract. (i.e. firm year and option years).

Yes______No______

Page 28 of - de 29 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur E60PH-13DRUG/A ph884 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME E60PH-13DRUG ph884E60PH-13DRUG ______

Annex F - Financial Offer

Based on the methodology detailed below, bids meeting all the mandatory criteria will be evaluated on the basis of their financial offer.

1. Price Calculation Bidders with the lowest responsive price per item will be recommended for contract award.

In Annex A -1, Bidders must fill in their firm unit price per Unit of Measure (U of M) in column (B), titled Firm Price per U of M. The unit price contained in Column (B) will be multiplied by the total quantity in Column (A), titled Total Estimated Quantities, to give a total extended price in Column (C) (ex: A x B = C).

The price per unit of measure must remain the same regardless of format size. As an example, if the unit price per was $0.25, it would remain the same for a bottle of 100 s ($25.00) or 200 s ($50.00).

An electronic copy of Annex A-1 will be provided upon request. Please send requests to [email protected] prior to bid closing date and time.

Page 29 of - de 29 AnnexAR1 STATEMENTOFREQUIREMENT,PRICINGANDDELIVERABLES AnelectroniccopyofthespreadsheetcanberequestedfromtheContractingAuthoritybysendinganemailto:[email protected]. Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier ACETAMINOPHENTABCHEW 1 MELT160MG TABLET 0 0 2,000 180,000 0 0 0 182,000 $ $ 20

2 ACETAMINOPHEN325MG TABLET 553,500 496,260 16,000 1,030,000 22,700,000 120,000 0 24,915,760 $ $ 100,1000

3 ACETAMINOPHEN500MG TABLET 369,200 1,197,200 32,400 0 19,700,000 140,000 0 21,438,800 $ $ 100,1000 ACETYLSALICYLICACID 100,500, 4 CHEWABLE80/81MG TABLET 0 96,990 2,300 2,250 0 800 0 102,340 $ $ 30 ACETYLSALICYLICACIDDR80MG 100/120, 5 OR81MG TABLET 179,078 516,900 0 0 0 150,000 0 845,978 $ $ 1000 ACETYLSALICYLICACIDDR 6 325MG TABLET 0 16,300 0 0 0 0 0 16,300 $ $ 100

7 ACETYLSALICYLICACID325MG TABLET 0 9,300 0 0 0 0 0 9,300 $ $ 100

8 ACYCLOVIR200MG TABLET 0 13,100 3,000 0 0 0 0 16,100 $ $ 100

9 ACYCLOVIR400MG TABLET 0 6,400 0 0 0 1,000 0 7,400 $ $ 100

10 ACYCLOVIR800MG TABLET 0 400 0 0 0 0 0 400 $ $ 100

11 AMIODARONEVL50MG10x3mL VIALS 0 500 0 29 0 0 0 529 $ $ 10x3mL

12 AMITRIPTYLINEHCL10MG TABLET 0 71,700 0 4,500 0 4,000 0 80,200 $ $ 1000,100

13 AMITRIPTYLINEHCL25MG TABLET 79,900 66,600 0 0 0 5,000 0 151,500 $ $ 1000,100

14 AMITRIPTYLINEHCL50MG TABLET 97,800 20,500 0 0 0 1,500 0 119,800 $ $ 1000,100

15 AMITRIPTYLINEHCL75MG TABLET 48,600 3,600 0 0 0 0 0 52,200 $ $ 1000,100

16 AMLODIPINEBESYLATE5MG TABLET 85,900 0 0 0 85,000 0 0 170,900 $ $ 500

17 AMLODIPINEBESYLATE10MG TABLET 52,600 0 0 0 0 0 0 52,600 $ $ 500

18 AMOXICILLIN250MG CAPSULE 8,855 6,100 10,000 18,600 33,000 1,700 0 78,255 $ $ 100

19 AMOXICILLIN500MG CAPSULE 24,908 101,800 5,000 68,600 23,000 900 0 224,208 $ $ 100,1000 AMOXICILLINSUSPRECON 100mL, 20 250MG/5ML100or150ml BOTTLE 0 0 800 10,000 0 2 0 10,802 $ $ 150mL AMOXICILLIN/POTASSCLAVSUSP RECON250R62.5/5100mLor 21 150mL BOTTLE 0 0 100 450 0 4 0 554 $ $ 100,20 AMOXICILLIN/POTASSIUM 100mL, 22 CLAVULANICTB875/125MG TABLET 1,500 9,340 1,500 8,080 0 1 0 20,421 $ $ 150mL AMOXICILLIN/POTASSIUMCLAV 23 500R125MG TABLET 0 12,900 3,000 0 0 400 0 16,300 $ $ 100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

24 ATOMOXETINEHCL10MG CAPSULE 7,200 630 0 0 0 0 0 7,830 $ $ 100

25 ATOMOXETINEHCL18MG CAPSULE 1,579 4,260 0 0 0 0 0 5,839 $ $ 28/30

26 ATOMOXETINEHCL25MG CAPSULE 0 4,260 0 0 0 0 0 4,260 $ $ 28/30

27 ATOMOXETINEHCL40MG CAPSULE 7,684 6,250 0 0 6,900 0 0 20,834 $ $ 28/30

28 ATOMOXETINEHCL60MG CAPSULE 5,800 2,800 0 0 0 0 0 8,600 $ $ 28/30,100

29 ATOMOXETINEHCL80MG CAPSULE 0 240 0 0 0 0 0 240 $ $ 28/30

30 ATOMOXETINEHCL100MG CAPSULE 0 630 0 0 0 0 0 630 $ $ 28/30

31 ATORVASTATINCALCIUM10MG TABLET 79,320 160,800 0 0 40,000 7,000 0 287,120 $ $ 100,500

32 ATORVASTATINCALCIUM20MG TABLET 107,667 226,700 0 0 0 6,500 0 340,867 $ $ 500,100

33 ATORVASTATINCALCIUM40MG TABLET 101,622 108,700 0 0 16,000 1,000 0 227,322 $ $ 500,100

34 ATORVASTATINCALCIUM80MG TABLET 3,250 25,200 0 0 0 700 0 29,150 $ $ 100

35 AZITHROMYCIN250MG TABLET 2,120 25,800 2,740 25,000 180,000 600 0 236,260 $ $ 6,100 AZITHROMYCINSUSPRECON 36 200MG/5ML15mL BOTTLE 0 0 200 917 0 2 0 1,119 $ $ 15mL

BACITRACIN/POLYMIXBSULFT 37 OINT.(G)500R10K/GTOPICAL15G TUBE 329 5,307 0 15,000 0 0 0 20,636 $ $ 15G

BACITRACIN/POLYMIXBSULFT 38 OINT.(G)500R10K/GTOPICAL30G TUBE 0 176 0 0 0 0 0 176 $ $ 30G BACITRACNZN/POLYMXBSULF 39 OINT.(G)500R10K/GTOP30G TUBE 0 4,720 0 0 0 50 0 4,770 $ $ 30G BACITRACNZN/POLYMXBSULF 40 OINT.(G)500R10K/GTOP15G TUBE 0 141 0 0 0 0 0 141 $ $ 15G

41 BACLOFEN10MG TABLET 29,200 19,000 0 0 0 10,000 0 58,200 $ $ 500,100 BECLOMETHASONE DIPROPIONATESPRAY50MCG SPRAY 42 NASAL200DS BOTTLE 3,656 636 0 0 480 8 0 4,780 $ $ 200ds BETAMETHASONEVALERATE 43 CREAM(G)0.10%TOPICAL15g TUBE 0 1,215 0 1,116 0 0 0 2,331 $ $ 15g BETAMETHASONEVALERATE 44 CREAM(G)0.10%TOPICAL30g TUBE 0 167 0 0 0 0 0 167 $ $ 30g BETAMETHASONEVALERATE CREAM(G)0.10%TOPICAL 45 450/454G TUBE 166 124 0 25 0 7 0 322 $ $ 450/454g

46 BISACODYL5MGE.C. TABLET 6,695 0 0 0 1,000,000 0 0 1,006,695 $ $ 100

47 BUPROPIONHCLER100MG TABLET 0 14,520 0 0 0 1,680 0 16,200 $ $ 60 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

48 BUPROPIONHCLER150MG TABLET 72,006 32,910 0 0 21,000 0 0 125,916 $ $ 60,30

49 BUSPIRONEHCL10MG TABLET 97,600 11,600 0 0 90,000 1,600 0 200,800 $ $ 100

50 CEFAZOLINVL10X1G VIAL 170 0 0 44 0 0 0 214 $ $ 10x1g CEFTRIAXONESODIUMVIAL1G 51 INJECTION10X1g VIAL 0 900 10 683 0 30 0 1,623 $ $ 10x1g CEPHALEXINMONOHYDRATE 52 250MG TABLET 0 7,800 6,000 260,000 40,000 2,400 0 316,200 $ $ 1000,100 CEPHALEXINMONOHYDRATE 53 500MG TABLET 18,272 88,500 2,000 0 0 1,000 0 109,772 $ $ 100,1000 CEPHALEXINMONOHYDRATE SUSPRECON250MG/5ML100ml 54 or150ml BOTTLE 0 0 200 7,344 0 4 0 7,548 $ $ 100mL

55 CETIRIZINEHCL10MG TABLET 209,668 481,850 4,520 14,400 100,000 8,500 0 818,938 $ $ 100,30

56 CETIRIZINEHCL20MG TABLET 0 20,800 0 0 0 0 0 20,800 $ $ 100 CHLORHEXIDINEGLUCONATE MOUTHWASH0.12%MUCOUS 57 MEM BOTTLE 0 2,792 0 0 0 0 0 2,792 $ $ 475mL

58 CILAZAPRILTB5MG TABLET 0 179,200 0 0 0 800 0 180,000 $ $ 500,100 CILAZAPRIL/HYDROCHLOROTHIAZ 59 IDE5MGR12.5MG TABLET 0 57,444 0 0 0 0 0 57,444 $ $ 100

60 CIPROFLOXACINHCL250MG TABLET 0 3,600 3,000 25,000 0 0 0 31,600 $ $ 100

61 CIPROFLOXACINHCL500MG TABLET 0 54,300 2,000 0 0 0 0 56,300 $ $ 100 CITALOPRAMHYDROBROMIDE 62 10MG TABLET 40,700 46,300 0 0 0 45,000 0 132,000 $ $ 100 CITALOPRAMHYDROBROMIDE 63 20MG TABLET 133,724 337,420 0 0 80,000 35,000 0 586,144 $ $ 500,100 CITALOPRAMHYDROBROMIDE 64 TB40MG TABLET 54,600 94,660 0 0 0 10,000 0 159,260 $ $ 100

65 CLARITHROMYCIN250MG TABLET 0 4,000 0 0 14,000 800 0 18,800 $ $ 100

66 CLARITHROMYCIN500MG TABLET 4,250 27,400 0 0 0 0 0 31,650 $ $ 100

67 CLINDAMYCINHCL150MG CAPSULE 24,200 16,700 500 54,000 0 0 0 95,400 $ $ 100

68 CLINDAMYCINHCL300MG CAPSULE 11,700 26,300 2,000 0 40,000 0 0 80,000 $ $ 100

69 CLONIDINEHCL0.1MG TABLET 0 0 0 0 65,000 0 0 65,000 $ $ 100

70 CLOPIDOGRELBISULFATE75MG TABLET 41,160 122,590 800 1,500 0 7,500 12,500 186,050 $ $ 30 CLOTRIMAZOLECREAM(G)1% 71 TOPICAL(30G) TUBE 0 4,913 200 1,000 100 0 150 6,363 $ $ 30g

72 CLOZAPINETB200MG TABLET 2,000 0 0 0 0 0 0 2,000 $ $ 100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

73 CLOZAPINETB100MG TABLET 20,600 0 0 0 0 2,500 0 23,100 $ $ 100

74 CLOZAPINETB25MG TABLET 0 0 0 0 0 1,000 0 1,000 $ $ 100 CODEINE/ACETAMINOPHEN/ CAFFEINE30R300R15OR30R325R 75 30 TABLET 402,000 273,500 0 0 0 9,000 0 684,500 $ $ 500

76 CYCLOBENZAPRINEHCL10MG TABLET 42,642 171,700 0 0 60,000 0 0 274,342 $ $ 100,500 CYCLOSPORINE,MODIFIED 77 100MG CAPSULE 0 1,080 0 0 0 4,320 0 5,400 $ $ 30 CYCLOSPORINE,MODIFIED 78 50MG CAPSULE 0 3,300 0 0 0 4,290 0 7,590 $ $ 30 CYCLOSPORINE,MODIFIED 79 25MG CAPSULE 0 690 0 0 0 23,400 0 24,090 $ $ 30

80 DESLORATADINE5MG TABLET 0 248,660 0 0 0 0 0 248,660 $ $ 100,30 DESOGESTRELRETHINYL 81 ESTRADIOLTAB0.15R0.0321s PACK 0 3,078 0 0 0 0 0 3,078 $ $ 21 DESOGESTRELRETHINYL 82 ESTRADIOLTAB0.15R0.0328s PACK 0 1,543 0 0 0 0 0 1,543 $ $ 28 DEXTROMETHORPHANHBR 83 SYRUP15MG/5ML100mL BOTTLE 0 10,149 0 2,873 0 6,000 0 19,022 $ $ 100mL

84 DICLOFENACSODIUMDR50MG TABLET 0 15,600 0 0 0 700 0 16,300 $ $ 100

85 DICLOFENACSODIUMSR75MG TABLET 24,051 151,600 0 0 0 300 0 175,951 $ $ 100

86 DIMENHYDRINATE50MG TABLET 0 243,720 2,000 29,100 0 6,000 0 280,820 $ $ 30,100 TABLET/C 87 DIPHENHYDRAMINEHCL25MG APLET 0 91,060 5,000 17,000 700,000 0 0 813,060 $ $ 100,20/24 TABLET/C 88 DIPHENHYDRAMINEHCL50MG APLET 0 46,812 1,000 0 350,000 0 0 397,812 $ $ 100

89 DIVALPROEXSODIUMDR250MG TABLET 93,600 15,600 0 0 20,000 1,500 0 130,700 $ $ 500,100

90 DIVALPROEXSODIUMDR500MG TABLET 83,600 15,100 0 0 0 800 0 99,500 $ $ 500

91 DOCUSATESODIUM100MG CAPSULE 375,000 0 0 10,000 0 0 0 385,000 $ $ 1000

92 DOXEPINHCL50MG CAPSULE 0 0 0 0 75,000 0 0 75,000 $ $ 100

93 DOXYCYCLINETB100MG TABLET 15,184 0 0 5,000 100,000 0 0 120,184 $ $ 100 ERYTHROMYCINBASEOINT0.5% 94 3.5GOPHTHALMIC TUBE 0 606 400 1,460 0 55 0 2,521 $ $ 3.5g ESOMEPRAZOLEMAGNESIUMDR 95 20MG TABLET 0 8,660 0 0 0 0 0 8,660 $ $ 30 ESOMEPRAZOLEMAGNESIUMDR 96 40MG TABLET 14,000 123,450 0 0 0 0 0 137,450 $ $ 100 ETHINYLESTRADIOL/ 97 CYPROTERONE35MCGR2MG PACK 0 819 0 0 0 0 0 819 $ $ 21 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier FENOFIBRATE,MICRONIZED 98 200MG CAPSULE 85,800 68,260 0 0 0 0 0 154,060 $ $ 100

99 FERROUSGLUCONATE300MG TABLET 63,416 0 0 15,000 0 0 0 78,416 $ $ 500,100

100 FERROUSSULPHATE300MG TABLET 22,886 0 0 13,800 0 0 0 36,686 $ $ 1000,100

101 FLUCONAZOLE150MG CAPSULE 80 1,950 120 590 0 0 0 2,740 $ $ 10

102 FLUCONAZOLE100MG TABLET 0 2,450 0 0 0 0 0 2,450 $ $ 50

103 FLUOXETINEHCL10MG CAPSULE 30,900 22,500 0 0 0 1,000 0 54,400 $ $ 100

104 FLUOXETINEHCL20MG CAPSULE 107,049 80,800 0 0 29,000 0 0 216,849 $ $ 500,100 FLUTICASONEPROPIONATE 105 SPRAYSUSP50MCGNASAL BOTTLE 0 2,736 0 0 150 130 0 3,016 $ $ 120ds

106 GABAPENTIN100MG CAPSULE 0 63,500 0 0 0 32,000 0 95,500 $ $ 100,500

107 GABAPENTIN300MG CAPSULE 0 207,700 0 0 150,000 15,000 0 372,700 $ $ 100,500

108 GABAPENTIN400MG CAPSULE 0 28,200 0 0 180,000 0 0 208,200 $ $ 100

109 GABAPENTINTB600MG TABLET 275,000 33,100 0 0 0 2,000 0 310,100 $ $ 100

110 GABAPENTINTB800MG TABLET 113,400 2,800 0 0 0 0 0 116,200 $ $ 100

111 GLICLAZIDEER24H30MG TABLET 47,900 0 0 4,140 0 0 3,000 55,040 $ $ 100

112 GLICLAZIDETB80MG TABLET 27,500 0 0 2,500 0 0 0 30,000 $ $ 100 GRAMICIDIND/POLYMYXINB SULFDRP0.025R10KOPHTH 113 10mL BOTTLE 0 0 250 1,800 0 0 0 2,050 $ $ 10mL HYDROCORTISONEACETATE 114 CREAM(G)1%TOPICAL15g TUBE 0 0 300 3,176 0 0 0 3,476 $ $ 15g HYDROCORTISONEACETATE 115 CREAM(G)1%TOPICAL500g TUBE 0 0 0 0 0 24 0 24 $ $ 500g

116 IBUPROFEN200MG TABLET 15,500 406,904 40,000 653,000 0 0 0 1,115,404 $ $ 1000,100

117 IBUPROFEN400MG TABLET 217,000 995,706 20,000 0 100,000 8,000 0 1,340,706 $ $ 1000,100

118 IBUPROFEN600MG TABLET 627,800 21,400 1,000 0 430,000 400 0 1,080,600 $ $ 500,100

119 IBUPROFEN400MG CAPSULE 0 183,682 0 0 0 0 0 183,682 $ $ 50

120 INDOMETHACIN50MG CAPSULE 152,500 21,800 0 0 0 0 0 174,300 $ $ 500 IPRATROPIUMBROMIDE 121 250MCG10X2ML VIAL 1,130 0 0 488 0 0 0 1,618 $ $ 10x2mL KETOROLACTROMETHAMINE 122 10MG TABLET 35,200 0 0 0 12,000 0 0 47,200 $ $ 100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

123 LAMOTRIGINE100MG TABLET 19,900 22,000 0 0 0 4,500 0 46,400 $ $ 100

124 LAMOTRIGINE25MG TABLET 0 12,900 0 0 0 200 0 13,100 $ $ 100

125 LANSOPRAZOLEDR15MG CAPSULE 0 58,400 0 0 0 0 0 58,400 $ $ 100

126 LANSOPRAZOLEDR30MG CAPSULE 9,500 5,200 0 0 0 0 0 14,700 $ $ 100 LEVONORGESTRELRETHESTRA 127 0.1R0.0228s PK 0 1,859 100 615 0 0 0 2,574 $ $ 28 LEVONORGESTRELRETHESTRA 128 0.1R0.0221s PK 0 3,839 0 0 0 0 0 3,839 $ $ 21

129 LOPERAMIDEHCL2MG TABLET 0 109,496 6,000 10,000 0 3,500 0 128,996 $ $ 100,12

130 LORATADINE10MG TABLET 35,600 167,950 0 0 0 0 0 203,550 $ $ 100,30

MEDROXYPROGESTERONEACET 131 150MG/MLINTRAMUSC1mL VIAL 0 407 30 0 0 0 0 437 $ $ 1mL

132 MESALAZINEDR400MG TABLET 0 77,880 0 0 0 0 0 77,880 $ $ 100

133 METFORMINHCL500MG TABLET 463,700 625,400 0 6,300 250,000 70,000 0 1,415,400 $ $ 500,100

134 METFORMINHCL850MG TABLET 0 94,300 0 0 0 800 0 95,100 $ $ 500,100

135 METHADONEPOWDER25G BOTTLE 293 0 0 0 0 0 0 293 $ $ 25g METHYLPHENIDATEHCLER24 136 18MG TABLET 0 9,500 0 0 0 0 0 9,500 $ $ 100 METHYLPHENIDATEHCLER 137 20MG TABLET 0 4,900 0 0 0 0 0 4,900 $ $ 100 METHYLPHENIDATEHCLER24 138 27MG TABLET 0 8,400 0 0 0 0 0 8,400 $ $ 100 METHYLPHENIDATEHCLER24 139 36MG TABLET 0 20,700 0 0 0 0 0 20,700 $ $ 100 METHYLPHENIDATEHCLER24 140 54MG TABLET 0 18,100 0 0 0 0 0 18,100 $ $ 100

141 METHYLPHENIDATEHCL5MG TABLET 0 4,900 0 0 0 0 0 4,900 $ $ 100

142 METHYLPHENIDATEHCL10MG TABLET 0 58,900 0 0 0 0 0 58,900 $ $ 100

143 METHYLPHENIDATEHCL20MG TABLET 0 14,400 0 0 0 0 0 14,400 $ $ 100

144 MINOCYCLINEHCL50MG CAPSULE 0 33,000 0 0 0 0 0 33,000 $ $ 100

145 MINOCYCLINEHCL100MG CAPSULE 15,200 35,000 0 0 0 0 0 50,200 $ $ 100

146 MIRTAZAPINE15MG TABLET 67,500 20,940 0 0 0 7,500 0 95,940 $ $ 100,50

147 MIRTAZAPINE30MG TABLET 162,400 36,200 0 0 200,000 2,200 0 400,800 $ $ 100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

148 MIRTAZAPINE45MG TABLET 31,400 1,400 0 0 0 1,600 0 34,400 $ $ 100

149 MODAFINIL100MG TABLET 0 20,180 0 0 0 0 0 20,180 $ $ 100 MONTELUKASTSODIUMTAB 150 CHEW5MG TABLET 0 530 0 0 0 0 0 530 $ $ 30,100

151 MONTELUKASTSODIUM10MG TABLET 18,400 34,640 0 0 0 0 0 53,040 $ $ 30,100 MUPIROCINOINT(G)2% 0 TOPICAL15g TUBE 0 1,883 700 0 0 0 0 2,583 $ $ 15g MUPIROCINOINT(G)2% 153 TOPICAL30g TUBE 0 47 0 0 0 25 0 72 $ $ 30g MYCOPHENOLATEMOFETIL 154 500MG TABLET 0 8,050 0 0 0 0 0 8,050 $ $ 50

155 NABILONE1MG CAPSULE 8,500 3,350 0 0 0 0 0 11,850 $ $ 50

156 NABILONE0.25MG CAPSULE 2,400 1,500 0 0 0 0 0 3,900 $ $ 50

157 NABILONE0.5MG CAPSULE 0 50 0 0 0 0 0 50 $ $ 50

158 NAPROXEN250MG TABLET 0 95,100 5,000 113,500 150,000 4,500 0 368,100 $ $ 100,1000

159 NAPROXEN375MG TABLET 0 29,200 0 0 0 400 0 29,600 $ $ 100,500

160 NAPROXEN500MG TABLET 0 337,500 0 0 0 0 0 337,500 $ $ 500,100

161 NAPROXENDR250MG TABLET 0 21,600 0 0 0 1,200 0 22,800 $ $ 100

162 NAPROXENDR375MG TABLET 0 17,900 0 0 0 700 0 18,600 $ $ 100

163 NAPROXENDR500MG TABLET 0 95,800 0 0 0 700 0 96,500 $ $ 100

164 NIFEDIPINETABER2430MG TABELT 17,800 12,388 0 0 0 0 0 30,188 $ $ 100,30

165 NIFEDIPINETABER2460MG TABELT 9,200 10,636 0 0 0 6,000 0 25,836 $ $ 100 NITROGLYCERINAEROSOL 0.4MG/DOSETRANSLING200 SPRAY 166 doses PUMP 0 726 80 156 0 54 0 1,016 $ $ 200ds NORMALSALINElVSOLN0.90% 167 INTRAVENOUS1L bag 0 11 0 5,796 0 0 0 5,807 $ $ 1L

168 OLANZAPINETABRAPDISTB5MG TABLET 22,813 1,950 0 0 22,200 1,000 0 47,963 $ $ 30 33,111 169 OLANZAPINETABRAPDIS10MG TABLET 450 0 0 36,000 1,000 0 70,561 $ $ 30 11,460 170 OLANZAPINETABRAPDIS15MG TABLET 0003,900 300 0 15,660 $ $ 30 3,499 171 OLANZAPINETABRAPDIS20MG TABLET 0006,900 0 0 10,399 $ $ 30 10,521 172 OLANZAPINE2.5MG TABLET 3,200 0 0 10,000 13,500 0 37,221 $ $ 100,500 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier 33,833 173 OLANZAPINE5MG TABLET 5,100 0 0 23,000 4,800 0 66,733 $ $ 100 2,258 174 OLANZAPINE7.5MG TABLET 800 0 0 0 0 0 3,058 $ $ 100 44,127 175 OLANZAPINE10MG TABLET 3,200 0 0 29,000 1,400 0 77,727 $ $ 100 0 176 OLANZAPINE15MG TABLET 5,900 0 0 0 300 0 6,200 $ $ 100

177 OMEPRAZOLEDR20MG CAPSULE 0 33,400 360 7,600 0 1,500 0 42,860 $ $ 100 OMEPRAZOLEMAGNESIUMDR 178 20MG TABLET 10,160 8,630 180 0 0 0 0 18,970 $ $ 500,100

179 ONDANSETRONHCL8MG TABLET 0 4,140 0 0 0 0 0 4,140 $ $ 100 ORPHENADRINECITRATEER100 180 MG TABLET 0 73,000 0 0 0 0 0 73,000 $ $ 100 PANTOPRAZOLESODIUMDR 181 20MG TABLET 2,100 23,300 0 0 0 0 0 25,400 $ $ 100 PANTOPRAZOLESODIUMDR 182 40MG TABLET 489,300 1,124,600 500 0 240,000 0 0 1,854,400 $ $ 100,500

183 PAROXETINEHCL10MG TABLET 0 10,090 0 0 0 900 0 10,990 $ $ 100

184 PAROXETINEHCL20MG TABLET 39,170 41,100 0 0 55,000 3,500 0 138,770 $ $ 100,500

185 PAROXETINEHCL30MG TABLET 21,070 10,670 0 0 0 1,000 0 32,740 $ $ 100

186 PREGABALIN25mg TABLET 0 9,400 0 0 0 100 3000 12,500 $ $ 100

187 PREGABALIN50mg TABLET 4,100 39,200 0 0 0 100 6000 49,400 $ $ 100

188 PREGABALIN75mg TABLET 800 55,500 0 0 0 0 0 56,300 $ $ 100

189 PREGABALIN150mg TABLET 8,500 41,500 0 0 0 0 0 50,000 $ $ 100

190 PREGABALIN300mg TABLET 4,400 14,200 0 0 0 0 0 18,600 $ $ 100

191 QUETIAPINETB25MG TABLET 101,090 205,900 0 0 330,000 67,000 0 703,990 $ $ 100,500

192 QUETIAPINE50MG TABLET 0 1,400 0 0 0 0 0 1,400 $ $ 100

193 QUETIAPINETB100MG TABLET 49,700 24,100 0 0 140,000 6,700 0 220,500 $ $ 100,500

194 QUETIAPINETB200MG TABLET 59,300 5,000 0 0 77,000 500 0 141,800 $ $ 100,500

195 QUETIAPINETB300MG TABLET 43,400 1,200 0 0 24,000 0 0 68,600 $ $ 500,100 QUETIAPINEFUMARATEER24H 196 150MG TABLET 0 5,040 0 0 0 0 0 5,040 $ $ 60 QUETIAPINEFUMARATEER24H 197 200MG TABLET 0 4,500 0 0 0 0 0 4,500 $ $ 60 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier QUETIAPINEFUMARATEER24H 198 300MG TABLET 0 3,420 0 0 0 0 0 3,420 $ $ 60 QUETIAPINEFUMARATEER24H 199 400MG TABLET 0 780 0 0 0 0 0 780 $ $ 60 QUETIAPINEFUMARATEER24H 200 50MG TABLET 0 20,880 0 0 72,000 0 0 92,880 $ $ 60

201 RABEPRAZOLEECTB20MG TABLET 86,000 20,480 0 0 0 13,500 0 119,980 $ $ 100

202 RAMIPRIL2.5MG CAPSULE 0 60,700 900 12,400 32,000 8,090 0 114,090 $ $ 100

203 RAMIPRIL5MG CAPSULE 103,500 116,500 0 0 12,000 6,900 0 238,900 $ $ 100

204 RAMIPRIL10MG CAPSULE 152,000 161,000 0 0 0 10,770 0 323,770 $ $ 500,100

205 RAMIPRIL15MG CAPSULE 0 2,900 0 0 0 300 0 3,200 $ $ 100

206 RANITIDINE150MG TABLET 201,000 203,240 4,800 52,800 120,000 40,800 0 622,640 $ $ 100

207 RIFAMPIN300MG CAPSULE 200 0 0 2,200 0 0 0 2,400 $ $ 100

208 RISPERIDONETABRAPDIS2MG TABLET 7,298 0 0 0 19,040 0 0 26,338 $ $ 100

209 RISPERIDONETABRAPDIS3MG TABLET 5,074 0 0 0 0 0 0 5,074 $ $ 100

210 RISPERIDONE0.25MG TABLET 0 3,400 0 0 0 34,500 0 37,900 $ $ 100

211 RISPERIDONE0.5MG TABLET 0 14,300 0 0 0 18,000 0 32,300 $ $ 100

212 RISPERIDONE1MG TABLET 0 9,200 0 0 30,000 7,800 0 47,000 $ $ 100,500

213 RISPERIDONE2MG TABLET 22,500 2,800 0 0 0 1,500 0 26,800 $ $ 500,100

214 RISPERIDONE3MG TABLET 0 100 0 0 0 0 0 100 $ $ 100

215 ROSUVASTATINCALCIUM5MG TABLET 0 40,010 0 0 0 500 0 40,510 $ $ 100,30

216 ROSUVASTATINCALCIUM10MG TABLET 16,400 257,110 0 0 54,000 8,400 0 335,910 $ $ 100,30

217 ROSUVASTATINCALCIUM20MG TABLET 0 146,990 0 0 0 2,400 0 149,390 $ $ 100,30

218 ROSUVASTATINCALCIUM40MG TABLET 0 36,690 0 0 0 1,800 0 38,490 $ $ 30,100 SALBUTAMOLSULFATEAERO 219 100MCGHFA200DS INHALER 5,095 9,609 900 6,730 6,000 390 0 28,724 $ $ 200ds

220 SERTRALINEHCL25MG CAPSULE 0 40,800 0 0 0 3,400 0 44,200 $ $ 100

221 SERTRALINEHCL50MG CAPSULE 39,950 73,250 0 0 0 3,400 0 116,600 $ $ 100,250

222 SERTRALINEHCL100MG CAPSULE 48,150 84,150 0 0 0 0 0 132,300 $ $ 250,100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

223 SILDENAFILCITRATE25MG TABLET 0 672 0 0 0 0 0 672 $ $ 4

224 SILDENAFILCITRATE50MG TABLET 0 8,076 0 0 0 0 0 8,076 $ $ 4,8

225 SILDENAFILCITRATE100MG TABLET 0 45,252 0 0 0 0 0 45,252 $ $ 4,8

226 SIMVASTATIN10MG TABLET 0 5,500 0 0 0 1,800 0 7,300 $ $ 100

227 SIMVASTATIN20MG TABLET 0 19,350 0 0 0 1,300 0 20,650 $ $ 100

228 SIMVASTATIN40MG TABLET 0 17,140 0 0 0 1,900 0 19,040 $ $ 100 SULFAMETHOXAZOL/TRIMETHOP RIMSUSP200R40MG/5 100mL 229 100mL/150mL BOTTLE 0 0 0 1,120 0 0 0 1,120 $ $ 150mL SULFAMETHAZOLE 230 TRIMETHOPRIMTB800R160mg TABLET 17,000 0 0 61,700 0 0 0 78,700 $ $ 500 SUMATRIPTANSUCCINATE 231 50MG TABLET 5,160 3,450 0 0 0 0 0 8,610 $ $ 30 SUMATRIPTANSUCCINATE 232 100MG TABLET 8,190 2,802 0 0 1,020 0 0 12,012 $ $ 30

233 TAMSULOSINHCLER24H0.4MG CAPSULE 39,600 18,600 0 0 0 7,000 0 65,200 $ $ 100 TAMSULOSINHCLER24H 234 0.4MG TABLET 0 19,770 0 0 0 3,000 0 22,770 $ $ 100,30

235 TERBINAFINEHCL250MG TABLET 14,700 24,120 0 0 0 0 0 38,820 $ $ 100 TESTOSTERONEUNDECANOATE 236 40MG100or120 CAPSULE 0 57,100 0 0 0 0 0 57,100 $ $ 110,120

237 TOPIRAMATE25MG TABLET 50,600 69,300 0 0 0 2,000 0 121,900 $ $ 100

238 TOPIRAMATE100MG TABLET 24,160 17,000 0 0 0 3,700 0 44,860 $ $ 100

239 TOPIRAMATE200MG TABLET 0 1,420 0 0 0 0 0 1,420 $ $ 60,100 TRAMADOLHCL/ 240 ACETAMINOPHEN37.5R325MG TABLET 0 46,280 0 0 0 0 0 46,280 $ $ 100,60 250,100, 241 TRAZODONEHCL50MG TABLET 0 164,700 0 0 83,000 170,000 0 417,700 $ $ 500

242 TRAZODONEHCL75MG TABLET 0 200 0 0 0 0 0 200 $ $ 100

243 TRAZODONEHCL100MG TABLET 106,300 38,400 0 0 100,000 8,000 0 252,700 $ $ 100,500

244 TRAZODONEHCL150MG TABLET 0 9,000 0 0 0 600 0 9,600 $ $ 100

245 VALACYCLOVIRHCL500MG TABLET 16,100 175,406 500 0 0 700 0 192,706 $ $ 100

246 VALACYCLOVIRHCL1000MG TABLET 0 9,238 0 0 0 0 0 9,238 $ $ 100

247 VALSARTAN320MG TABLET 0 5,000 0 0 0 0 0 5,000 $ $ 100 Total Unitof Estimated FirmPrice Canada Formatsizes Item Measure HCRAB HCRMB Quantities perUofM* TotalExtended Preferred available # Description (UofM) CSCQTY DNDQTY QTY QTY ONQTY*** PEIQTY VACQTY (A) (B) Price(C) packsize** DIN fromSupplier

248 VALSARTAN160MG TABLET 54,400 61,310 0 0 0 1,020 0 116,730 $ $ 100,500

249 VALSARTAN80MG TABLET 43,300 97,360 0 0 0 1,590 0 142,250 $ $ 100,30

250 VALSARTAN40MG TABLET 0 17,430 0 0 0 120 0 17,550 $ $ 100 VALSARTAN/HYDROCHLOROTHIA 251 ZIDE160R12.5MG TABLET 0 26,680 0 0 0 0 0 26,680 $ $ 100,30 VALSARTAN/HYDROCHLOROTHIA 252 ZIDE80R12.5MG TABLET 0 35,600 0 0 0 0 0 35,600 $ $ 100,30 VALSARTAN/HYDROCHLOROTHIA 253 ZIDE160R25MG TABLET 0 47,450 0 0 0 0 0 47,450 $ $ 100,30

254 VANCOMYCINHCLVL1G10X1G VIAL 41 1 5 240 0 0 0 287 $ $ 10x1g

255 VENLAFAXINEHCLER24H150MG CAPSULE 66,800 174,200 0 0 60,000 800 0 301,800 $ $ 100,500 VENLAFAXINEHCLER24H 256 37.5MG CAPSULE 36,500 133,600 0 0 0 5,500 0 175,600 $ $ 100

257 VENLAFAXINEHCLER24H75MG CAPSULE 59,100 162,300 0 0 30,000 9,000 0 260,400 $ $ 500,100 ZOLMITRIPTANTABRAPDIS 258 2.5MG TABLET 0 1,416 0 0 0 0 0 1,416 $ $ 6

259 ZOLMITRIPTAN2.5MG TABLET 0 3,513 0 0 0 0 0 3,513 $ $ 6

260 ZOPICLONE5MG TABLET 0 33,100 0 0 0 0 0 33,100 $ $ 100

261 ZOPICLONE7.5MG TABLET 0 261,500 0 0 170,000 0 0 431,500 $ $ 500,100

*TheunitpricecontainedinColumnBwillbemultipliedbythetotalquantityinColumnAtogiveatotalextendedpriceinColumnC(ex:AxB=C).Thepriceperunitofmeasuremustremain thesameregardlessofformatsize.Asanexample,iftheunitpriceperwas$0.25,itwouldremainthesameforabottleof100s($25.00)or200s($50.00).

**Theformatsizesindicatedinthiscolumnaretoprovidesupplierswithanindicationofthemostcommonlyorderedbottle/packsizesbyIdentifiedUsersandinnowayrepresentsacommitmentonthepartofCanada. IdentifiedUsersreservetherighttoorderadditionalformatsizesavailablebutnotlistedinthiscolumn. ***Ontario(MinistryofhealthandLongTermCare)has"formatsizerequirementsinordertoruntheirprogram.Assuch,shouldtheBidderwiththelowestpriceperitemnothaveOntario'srequiredformatsizeavailabler, CanadareservestherighttoawardOntario'squantitiestothenextlowestBidderperitemwhocanmeettheformatsizerequiredbyOntario.PleaseseeAnnexAR2attachedforOntario'sformatrequirements. AnnexAR2Ontarioformatrequirements Description Formatrequired ACETAMINOPHEN325mg Bottleof100tablets ACATAMINOPHEN325mg Bottleof1000tablets ACETAMINOPHEN500mg Bottleof100tablets ACETAMINOPHEN500mg Bottleof1000tablets AMLODIPINEBESYLATETABLET5MGORAL Bottleof100tablets AMOXICILLINCAPSULE250MGORAL Bottleof100capsules AMOXICILLINCAPSULE500MGORAL Bottleof100capsules ATOMOXETINEHCLCAPSULE40MGORAL Boxof28or30capsules ATORVASTATINCALCIUMTABLET10MGORAL Bottleof100/90tablets ATORVASTATINCALCIUMTABLET40MGORAL Bottleof100/90tablets AZITHROMYCINTABLET250MGORAL Boxof6tablets BECLOMETHASONEDIPROPIONATESPRAY50MCGNASAL 200DOSENASALSPRAY BISACODYLTABLETEC(ENTERICCOATED)5MGORAL Bottleof100tablets BUPROPIONHCLTABLETSR150MGORAL Bottleof60tablets BUSPIRONEHCLTABLET10MGORAL Bottleof100tablets CEPHALEXINMONOHYDRATETABLET250MGORAL Bottleof100tablets CETIRIZINEHCLTABLET10MGORAL Bottleof100tablets CITALOPRAMHYDROBROMIDETABLET20MGORAL Bottleof100tablets CLARITHROMYCINTABLET250MGORAL Bottleof100tablets CLINDAMYCINHCLCAPSULE300MGORAL Bottleof100capsules CLONIDINEHCLTABLET0.1MGORAL Bottleof100tablets CLOTRIMAZOLECREAM(G)1%TOPICAL 30Gtube CYCLOBENZAPRINEHCLTABLET10MGORAL Bottleof100tablets DIPHENHYDRAMINEHCLCAPSULE25MGORAL Bottleof100capsules DIPHENHYDRAMINEHCLCAPSULE50MGORAL Bottleof100capsules DIVALPROEXSODIUMTABLETDR250MGORAL Bottleof100tablets DOXEPINHCLCAPSULE50MGORAL Bottleof100capsules DOXYCYCLINEHYCLATETABLET100MGORAL Bottleof100tablets/capsules FLUOXETINEHCLCAPSULE20MGORAL Bottleof100tablets FLUTICASONEPROPIONATESPRAYSUSP50MCGNASAL 120dosenasalspray GABAPENTINCAPSULE300MGORAL Bottleof100capsules GABAPENTINCAPSULE400MGORAL Bottleof100capsules IBUPROFENTABLET400MGORAL Bottleof100tablets IBUPROFENTABLET600MGORAL Bottleof100tablets KETOROLACTROMETHAMINETABLET10MGORAL Bottleof100tablets METFORMINHCLTABLET500MGORAL Bottleof100tablets MIRTAZAPINETABLET30MGORAL Bottleof100tablets NAPROXENTABLET250MGORAL Bottleof100tablets OLANZAPINETABRAPDIS10MGORAL Boxof28or30tabs OLANZAPINETABRAPDIS15MGORAL Boxof28or30tabs OLANZAPINETABRAPDIS20MGORAL Boxof28or30tabs OLANZAPINETABRAPDIS5MGORAL Boxof28or30tabs OLANZAPINETABLET10MGORAL Bottleof100tablets OLANZAPINETABLET2.5MGORAL Bottleof100tablets OLANZAPINETABLET5MGORAL Bottleof100tablets PANTOPRAZOLESODIUMTABLETDR40MGORAL Bottleof100tablets PAROXETINEHCLTABLET20MGORAL Bottleof100tablets QUETIAPINEFUMARATETABLET100MGORAL Bottleof100tablets Description Formatrequired QUETIAPINEFUMARATETABLET200MGORAL Bottleof100tablets QUETIAPINEFUMARATETABLET25MGORAL Bottleof100tablets QUETIAPINEFUMARATETABLET300MGORAL Bottleof100tablets RAMIPRILCAPSULE2.5MGORAL Bottleof100capsules RAMIPRILCAPSULE5MGORAL Bottleof100capsules RANITIDINEHCLTABLET150MGORAL Bottleof100tablets RISPERIDONETABRAPDIS2MGORAL Boxof28or30tablets RISPERIDONETABLET1MGORAL Bottleof100tablets ROSUVASTATINCALCIUMTABLET10MGORAL Bottle/boxof30tablets SALBUTAMOLSULFATEHFAAERAD100MCGINHALATION 200doseinhaler SUMATRIPTANSUCCINATETABLET100MGORAL Packof6tablets TRAZODONEHCLTABLET100MGORAL Bottleof100tablets TRAZODONEHCLTABLET50MGORAL Bottleof100tablets VENLAFAXINEHCLCAPER(XR)24H150MGORAL Bottleof100capsules VENLAFAXINEHCLCAPER(XR)24H75MGORAL Bottleof100capsules ZOPICLONETABLET7.5MGORAL Bottleof100tablets