Award

Fall Protection Inspections, Equipment Servicing, Maintenance and Training

UNIVERSITY OF SOUTHAMPTON

This public procurement record has 3 releases in its history.

Award

07 Sep 2021 at 11:35

Tender

27 Jul 2021 at 17:14

TenderUpdate

01 Apr 2021 at 14:51

Summary of the contracting process

The University of Southampton is currently engaged in a procurement process for "Fall Protection Inspections, Equipment Servicing, Maintenance and Training" within the technical building-inspection services industry. The procurement is at the Tender stage, with submissions due by 28 April 2021. The services will be delivered primarily at the University's Highfield campus and surrounding satellite sites in Southampton, with the contract valued at £300,000 and additional related details accessed through their electronic tendering portal on In-Tend.

This opportunity presents growth potential for businesses specialising in safety equipment, maintenance services, and training, particularly those adept in fall protection systems. Companies with experience in technical inspections, equipment servicing, and relevant health and safety certifications will find this tender ideally suited for their capabilities. The successful bidder will not only maintain crucial safety apparatus but also train university staff—a vital access point into the educational sector for SMEs in the safety and training industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fall Protection Inspections, Equipment Servicing, Maintenance and Training

Notice Description

The University looked to appoint suitably experienced and qualified contractors to fulfil it's requirements for inspections, equipment servicing, maintenance and training. The University's fall protection systems are located at the University of Southampton's campuses, Halls of Residence and other nearby satellite sites where Estates and Facilities are responsible for the maintenance of buildings.

Lot Information

Lot 1

Inspection Services - A recommendation with regards to the frequency of inspections will be required for all equipment and buildings as listed in section 3.1 of the specification. This should take into account legislation, equipment type, frequency of use as well as environmental conditions and should include a statement that periodic inspections should be carried out a least every 12 months. Interim inspections might be needed between detailed inspections where the risk assessment has identified a hazard that could cause significant deterioration in the equipment, for example paint, chemicals or acidic or alkaline environments. Installation works - The successful tenderer will be required, upon request, to carry out installation works to buildings and roof's, upon completion of the surveying and inspection phase. Proposed installations must be communicated to the University via the appointed contract administrator and agreement must be made between the two parties before any works are to commence and a purchase order is raised. All installation works carried out must adhere to relevant regulatory and legislative requirements as detailed in section 5.2 of the specification. Maintenance - The successful tenderer will be required to maintain workplace equipment, devices and systems as per the applicable regulatory and legislative requirements set out in section 5.2 of the specicification. Any items that are past their usable lifecycle should be reported to the relevant University representative and/or contract administrator. Agreement must be made between the two parties before any replacement items are purchased and charged to the University. Training - The successful tenderer will be able to deliver fall protection system and personal protection equipment training for new recruits and refresher training for existing staff. This should be in line with University training policies which require training updates on a 2-yearly basis. Any course provided must cover the following aspects of Working at Height and use of fall protection equipment: * Falls from Height Overview. * Working at Height Legislation. * Harness Awareness Training * Overview of Fall Protection Systems installed at University buildings. * Overview of Fall Protection equipment supplied for use with Fall Protection Systems installed at University buildings. * Fall protection systems and personal protective equipment user instruction requirements. * Inspection techniques for personal protective equipment. * Suspension Syncope and Rescue. * Practical use of University fall protection systems and PPE including correct us of all travelling devices issued for use with University fall protection systems. * On completion of the course, certification must be provided to each attendee to indicate that they have undertaken the course and been judged competent in all areas. * Permit Authorisation training for line managers who control working at height activities

Renewal: This contract is subject to renewal upon expiry of the initial term and any possible extensions. Details surrounding the contract term can be found within File 2a of the tender documentation - ITT Scope, Guidance and Instructions (section 2.2.3). The formal renewal process surrounding this contract will take place prior to the full contract term ending. At this point, a new service provider will be formally procured to resume contractual performance before the next scheduled iteration of this service requirement continues.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029b4f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022142-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

45 - Construction work

71 - Architectural, construction, engineering and inspection services

80 - Education and training services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

35113000 - Safety equipment

45340000 - Fencing, railing and safety equipment installation work

71631300 - Technical building-inspection services

80531200 - Technical training services

80532000 - Management training services

80550000 - Safety training services

90711100 - Risk or hazard assessment other than for construction

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
£300,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£120,063 £100K-£500K

Notice Dates

Publication Date
7 Sep 20214 years ago
Submission Deadline
14 Apr 2021Expired
Future Notice Date
Not specified
Award Date
27 May 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
This contract is subject to renewal upon expiry of the initial term and/or any possible extensions thereafter. Specific details surrounding the contract term can be found within File 2a - ITT Scope, Guidance and Instructions (section 2.2.3) of the tender documentation.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF SOUTHAMPTON
Contact Name
Tom Whitaker
Contact Email
procurement@soton.ac.uk, t.d.whitaker@soton.ac.uk
Contact Phone
+44 2380591796

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO17 1BJ
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
TLJ3 Hampshire and Isle of Wight, TLJ32 Southampton

Local Authority
Southampton
Electoral Ward
Portswood
Westminster Constituency
Southampton Test

Supplier Information

Number of Suppliers
1
Supplier Name

HEIGHTSAFE SYSTEMS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029b4f-2021-09-07T12:35:55+01:00",
    "date": "2021-09-07T12:35:55+01:00",
    "ocid": "ocds-h6vhtk-029b4f",
    "initiationType": "tender",
    "tender": {
        "id": "2020UoS-0085",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fall Protection Inspections, Equipment Servicing, Maintenance and Training",
        "classification": {
            "scheme": "CPV",
            "id": "71631300",
            "description": "Technical building-inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "The University looked to appoint suitably experienced and qualified contractors to fulfil it's requirements for inspections, equipment servicing, maintenance and training. The University's fall protection systems are located at the University of Southampton's campuses, Halls of Residence and other nearby satellite sites where Estates and Facilities are responsible for the maintenance of buildings.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2021-04-14T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2021-04-28T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2.",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Extension of time has been requested on this procurement exercise. The contracting organisation has reviewed this request and has agreed to extend as per this corrigendum notice."
            }
        ],
        "status": "complete",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Inspection Services - A recommendation with regards to the frequency of inspections will be required for all equipment and buildings as listed in section 3.1 of the specification. This should take into account legislation, equipment type, frequency of use as well as environmental conditions and should include a statement that periodic inspections should be carried out a least every 12 months. Interim inspections might be needed between detailed inspections where the risk assessment has identified a hazard that could cause significant deterioration in the equipment, for example paint, chemicals or acidic or alkaline environments. Installation works - The successful tenderer will be required, upon request, to carry out installation works to buildings and roof's, upon completion of the surveying and inspection phase. Proposed installations must be communicated to the University via the appointed contract administrator and agreement must be made between the two parties before any works are to commence and a purchase order is raised. All installation works carried out must adhere to relevant regulatory and legislative requirements as detailed in section 5.2 of the specification. Maintenance - The successful tenderer will be required to maintain workplace equipment, devices and systems as per the applicable regulatory and legislative requirements set out in section 5.2 of the specicification. Any items that are past their usable lifecycle should be reported to the relevant University representative and/or contract administrator. Agreement must be made between the two parties before any replacement items are purchased and charged to the University. Training - The successful tenderer will be able to deliver fall protection system and personal protection equipment training for new recruits and refresher training for existing staff. This should be in line with University training policies which require training updates on a 2-yearly basis. Any course provided must cover the following aspects of Working at Height and use of fall protection equipment: * Falls from Height Overview. * Working at Height Legislation. * Harness Awareness Training * Overview of Fall Protection Systems installed at University buildings. * Overview of Fall Protection equipment supplied for use with Fall Protection Systems installed at University buildings. * Fall protection systems and personal protective equipment user instruction requirements. * Inspection techniques for personal protective equipment. * Suspension Syncope and Rescue. * Practical use of University fall protection systems and PPE including correct us of all travelling devices issued for use with University fall protection systems. * On completion of the course, certification must be provided to each attendee to indicate that they have undertaken the course and been judged competent in all areas. * Permit Authorisation training for line managers who control working at height activities",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Competency and Experience",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Method Statements and Risk Assessments",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Provision of Training",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Inspections",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Surveying",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Scenario-Based Response Question",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "value": {
                    "amount": 300000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract is subject to renewal upon expiry of the initial term and any possible extensions. Details surrounding the contract term can be found within File 2a of the tender documentation - ITT Scope, Guidance and Instructions (section 2.2.3). The formal renewal process surrounding this contract will take place prior to the full contract term ending. At this point, a new service provider will be formally procured to resume contractual performance before the next scheduled iteration of this service requirement continues."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35113000",
                        "description": "Safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80532000",
                        "description": "Management training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711100",
                        "description": "Risk or hazard assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ3"
                    },
                    {
                        "region": "UKJ32"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Southampton main Highfield campus and surrounding satellite campuses in the local area."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Due to the technical nature of this procurement, it is anticipated that the successful tenderer will meet the statutory requirements to operate safely within the industry and will be suitably affiliated to the relevant trade registers and professional body(s).",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "* BS 7883 2019 Personal fall protection equipment, Anchor systems, System design, installation and inspection updated primary code of practice * Work at Height Regulations 2005 * Competence - Regulation 5 * Inspection of Work Equipment- Regulation 12 * Duties of Persons at Work - Regulation 14 * Requirements for Personal Fall Protection Systems - Schedule 5 * BS EN 7883:2005 Code of practice for the design, selection, installation, use and maintenance of anchor devices conforming to BS EN 795 2012 * BS EN 365: 2004 Personal protective equipment against falls from a height * General requirements for instructions for use, maintenance, periodic examination, repair, marking and packaging * Provision and Use of Work Equipment Regulations (PUWER) * Maintenance - Regulation 5 * Inspection - Regulation 6 * Information and Instructions - Regulation 8 * Training - Regulation 9 * Personal Protective Equipment at Work Regulations 1992 (as amended) * Compatibility of Personal Protective Equipment - Regulation 5 * Maintenance and replacement of personal protective equipment - Regulation 7 * Information, instruction, and training - Regulation 9 * Workplace (Health, Safety and Welfare) Regulations 1992 * Maintenance of workplace, and of equipment, devices, and systems - Regulation 5 * LOLER 1998 Regulations require abseiling equipment to be inspected on a 6-monthly basis. * BS EN 363:2008 Personal fall protection equipment. Personal fall protection systems * BS 8437:2005+A1:2012 Code of practice for selection, use and maintenance of personal fall protection systems and equipment for use in the workplace * BS 8454:2006 Code of practice for the delivery of training and education for work at height and rescue * BS 7985:2013 Code of Practice for the use of rope access methods for industrial purpose * BS EN 361:2002 Personal protective equipment against falls from a height. Full body harnesses * PUWER 1998 regulations * BS 4211:2005& A1:2008 (specification for permanently fixed ladders) * BS 5395-3:1985 (Code of Practice for the design of industrial type stairs, permanent ladders and walkways); * BS EN 14122 (Safety of machinery. Permanent means of access to machinery. Working platforms and walkways); * HSE INDG Inspecting fall arrest equipment * EN 365 2004 - Individual competence for the carry out of inspections.",
                    "minimum": "The University has risk assessed the insurance requirements for this procurement and has deemed that the following levels of insurance are required: Public Liability - PS10 million Product Liability - PS10 million Employers' Liability - PS10 million Professional Indemnity - PS5 million The stated levels of insurance are a mandatory requirement of this procurement. The University reserves the right to exclude a Tenderer who does not hold or is not willing to hold the minimum levels of insurance.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Due to the technical nature of this procurement, it is anticipated that the successful tenderer will be able to meet the statutory requirements to operate safely within the industry and will be suitably affiliated to the relevant trade registers and professional body(s). Details of the mandatory requirements with regards to contractual performance can be found within the tender documentation.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-04-14T12:01:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-14T12:01:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "This contract is subject to renewal upon expiry of the initial term and/or any possible extensions thereafter. Specific details surrounding the contract term can be found within File 2a - ITT Scope, Guidance and Instructions (section 2.2.3) of the tender documentation."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-8640",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON"
            },
            "address": {
                "streetAddress": "University Road",
                "locality": "Southampton",
                "region": "UKJ3",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tom Whitaker",
                "email": "procurement@soton.ac.uk",
                "url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.southampton.ac.uk/",
                "buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8641",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "streetAddress": "University Road",
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@soton.ac.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
            }
        },
        {
            "id": "GB-FTS-27761",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON"
            },
            "address": {
                "streetAddress": "HIGHFIELD CAMPUS, UNIVERSITY ROAD",
                "locality": "SOUTHAMPTON",
                "region": "UKJ32",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tom Whitaker",
                "telephone": "+44 2380591796",
                "email": "t.d.whitaker@soton.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
                "buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-27762",
            "name": "Heightsafe Systems Limited",
            "identifier": {
                "legalName": "Heightsafe Systems Limited"
            },
            "address": {
                "streetAddress": "Unit 6, Caldbeck Road, Croft Business Park",
                "locality": "Bromborough",
                "region": "UKD74",
                "postalCode": "CH62 3PL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-15475",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "streetAddress": "Highfield Campus",
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@soton.ac.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-27761",
        "name": "UNIVERSITY OF SOUTHAMPTON"
    },
    "language": "en",
    "description": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://in-tendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate). All documentation in relation to this tender can be downloaded from In-Tend. Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend. Regular monitoring of the portal is the responsibility of the potential supplier/tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation. Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'. Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend. Further instructions for the submission of responses are below: To submit your return: 1. Log in 2. Click 'Tenders' 3. Locate the relevant project 4. View details 5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender') 6. Click on the 'Attach Documents' button and upload your return. 7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return. 8. Click the red 'Submit Return' button. Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend. Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015. the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.",
    "awards": [
        {
            "id": "022142-2021-2020UoS-0085-1",
            "relatedLots": [
                "1"
            ],
            "title": "Provision of Fall Protection Inspections, Equipment Servicing, Maintenance and Training",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27762",
                    "name": "Heightsafe Systems Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "022142-2021-2020UoS-0085-1",
            "awardID": "022142-2021-2020UoS-0085-1",
            "title": "Provision of Fall Protection Inspections, Equipment Servicing, Maintenance and Training",
            "status": "active",
            "value": {
                "amount": 120063,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}