Award

Faculty of Medicine Assessment Management System

UNIVERSITY OF SOUTHAMPTON

This public procurement record has 2 releases in its history.

Award

23 Sep 2022 at 10:12

Tender

22 Dec 2021 at 11:38

Summary of the contracting process

The University of Southampton has issued a tender opportunity for the Faculty of Medicine Assessment Management System. The procurement process is currently active and involves the acquisition of an electronic system to support clinical assessments. The system aims to ensure compliance with General Medical Council requirements for assessments, improve quality, and enhance the student and examiner experience. The procurement has two lots: one for OSCE (Objective Structured Clinical Examination) assessments and another for ACC (Assessments of Clinical Competence) assessments. The University is seeking tenders from suppliers to provide solutions that meet specified criteria.

This tender presents an opportunity for businesses offering software supply services to compete for contracts to supply systems for clinical assessments at the University of Southampton. Companies with experience in delivering similar solutions and meeting the mandatory requirements set out in the criteria are encouraged to participate. The University has provided detailed instructions for submission, and potential suppliers should adhere to the specified deadline for tender submission. Opportunities exist for suppliers to bid on one or both lots, with contracts being awarded based on the highest scoring tenderer for each lot.

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

Faculty of Medicine Assessment Management System

Notice Description

This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA).

Lot Information

Lot 1: OSCE, Practical, Written and Anatomy Papers

This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA). The system should enable the faculty to: * Ensure compliance with GMC requirements for delivery of assessments, particularly for the MLA. * Provide detailed individual student and examiner feedback. * Reduce errors and improve quality. * Improve student and examiner experience * Electronically support the delivery of OSCE, multiple choice written papers and practical papers A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the GMC will be introducing with the new Medical Licensing Assessment (MLA), consisting of the Applied Knowledge Test (AKT) and the Clinical & Procedural Skills Assessment (CPSA). The new AKT will replace our current Multiple-Choice Question (MCQ) papers and the new CPSA will replace our current Objective Structured Clinical Examination (OSCE). Lot 1 is for the provision of a system to support OSCE (Objective Structured Clinical Exam), Practical, Written and Anatomy Papers. These assessments are managed by the University and take place at Southampton General Hospital or at another University setting.

Renewal: The University proposes to enter into a Contract for 7 years / 84 months - this will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of an initial contract period of 5 years / 60 months with an option to extend by a further 2 years / 24 months in two 1 year / 12 month increments, subject to satisfactory performance and at the discretion of the University.

ACC (Assessments of Clinical Competence)

This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA). The system should enable the faculty to: * Ensure compliance with GMC requirements for delivery of assessments, particularly for the MLA. * Provide detailed individual student and examiner feedback. * Reduce errors and improve quality. * Improve student and examiner experience * Electronically support the delivery of OSCE, multiple choice written papers and practical papers A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the GMC will be introducing with the new Medical Licensing Assessment (MLA), consisting of the Applied Knowledge Test (AKT) and the Clinical & Procedural Skills Assessment (CPSA). The new AKT will replace our current Multiple-Choice Question (MCQ) papers and the new CPSA will replace our current Objective Structured Clinical Examination (OSCE). Lot 2 is for the provision of a system to support ACC (Assessment of Clinical Competence) assessments. ACC assessments are a type of workplace based assessment undertaken by students on placement at a variety of locations which are not managed by the University.

Renewal: The University proposes to enter into a Contract for 7 years / 84 months - this will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of an initial contract period of 5 years / 60 months with an option to extend by a further 2 years / 24 months in two 1 year / 12 month increments, subject to satisfactory performance and at the discretion of the University.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03049e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026663-2022
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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72268000 - Software supply services

Notice Value(s)

Tender Value
£595,000 £500K-£1M
Lots Value
£595,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Sep 20223 years ago
Submission Deadline
15 Feb 2022Expired
Future Notice Date
Not specified
Award Date
23 Sep 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF SOUTHAMPTON
Contact Name
Alex Oakley, Helen Stone
Contact Email
procurement@soton.ac.uk
Contact Phone
+44 2380595000

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
TLJ32 Southampton

Local Authority
Southampton
Electoral Ward
Portswood
Westminster Constituency
Southampton Test

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-03049e-2022-09-23T11:12:23+01:00",
    "date": "2022-09-23T11:12:23+01:00",
    "ocid": "ocds-h6vhtk-03049e",
    "description": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.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 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), 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. Lot Structure: In order to review a full range of available options and identify the most suitable solution(s) for the University, in terms of both meeting the University's specification requirements and obtaining best value for money, this procurement has been divided into 2 lots: Lot 1: OSCE (Objective Structured Clinical Examination), Practical, Written and Anatomy Papers Lot 2: ACC (Assessments of Clinical Competence) Tenderers may apply for one or both Lots under this procurement. The University will award each Lot to the highest scoring Tenderer. Tenderers are able to be awarded a Contract for one or both Lots if successful. Tenderers applying for both Lots should note that each Lot will be evaluated separately and that a full submission is required for each Lot.",
    "initiationType": "tender",
    "tender": {
        "id": "2021UoS-0263",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Faculty of Medicine Assessment Management System",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "72268000",
            "description": "Software supply services"
        },
        "mainProcurementCategory": "services",
        "description": "This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA).",
        "value": {
            "amount": 595000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Tenderers may apply for one or both Lots under this procurement. The University will award each Lot to the highest scoring Tenderer. Tenderers are able to be awarded a Contract for one or both Lots if successful."
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1: OSCE, Practical, Written and Anatomy Papers",
                "description": "This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA). The system should enable the faculty to: * Ensure compliance with GMC requirements for delivery of assessments, particularly for the MLA. * Provide detailed individual student and examiner feedback. * Reduce errors and improve quality. * Improve student and examiner experience * Electronically support the delivery of OSCE, multiple choice written papers and practical papers A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the GMC will be introducing with the new Medical Licensing Assessment (MLA), consisting of the Applied Knowledge Test (AKT) and the Clinical & Procedural Skills Assessment (CPSA). The new AKT will replace our current Multiple-Choice Question (MCQ) papers and the new CPSA will replace our current Objective Structured Clinical Examination (OSCE). Lot 1 is for the provision of a system to support OSCE (Objective Structured Clinical Exam), Practical, Written and Anatomy Papers. These assessments are managed by the University and take place at Southampton General Hospital or at another University setting.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Section 1 - Functional Requirements (Mandatory Requirements)",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Section 2 - Non-Functional Requirements (Mandatory Requirements)",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Section 3 - Compliance with the Qualitative Requirements, 3.1 Relevant Experience of Services Carried Out Within the Last Three Years",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Section 1 - Functional Requirements",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Section 2 - Non-Functional Requirements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Section 3 - Compliance with Qualitative Requirements",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Section 4 - Compliance with the SLAs and KPIs",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Demonstrations",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Costs for Providing the Solution",
                            "type": "cost",
                            "description": "20"
                        },
                        {
                            "name": "Additional/Optional Items",
                            "type": "cost",
                            "description": "For information only"
                        },
                        {
                            "name": "Costs for the Extension Period",
                            "type": "cost",
                            "description": "For information only"
                        },
                        {
                            "name": "Payment Plan - Payment by Milestones",
                            "type": "cost",
                            "description": "For information only"
                        }
                    ]
                },
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The University proposes to enter into a Contract for 7 years / 84 months - this will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of an initial contract period of 5 years / 60 months with an option to extend by a further 2 years / 24 months in two 1 year / 12 month increments, subject to satisfactory performance and at the discretion of the University."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "ACC (Assessments of Clinical Competence)",
                "description": "This Tender opportunity is to procure an electronic system or systems to support our clinical assessments. As part of clinical practice, students must meet standards and pass exams to be able to practice after their degree is awarded. A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the General Medical Council (GMC) will be introducing with the new Medical Licensing Assessment (MLA). The system should enable the faculty to: * Ensure compliance with GMC requirements for delivery of assessments, particularly for the MLA. * Provide detailed individual student and examiner feedback. * Reduce errors and improve quality. * Improve student and examiner experience * Electronically support the delivery of OSCE, multiple choice written papers and practical papers A new system is required to support these clinical assessments to ensure we will be unable to meet the necessary KPIs that the GMC will be introducing with the new Medical Licensing Assessment (MLA), consisting of the Applied Knowledge Test (AKT) and the Clinical & Procedural Skills Assessment (CPSA). The new AKT will replace our current Multiple-Choice Question (MCQ) papers and the new CPSA will replace our current Objective Structured Clinical Examination (OSCE). Lot 2 is for the provision of a system to support ACC (Assessment of Clinical Competence) assessments. ACC assessments are a type of workplace based assessment undertaken by students on placement at a variety of locations which are not managed by the University.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Section 1 - Functional Requirements",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Section 2 - Non-Functional Requirements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Section 3 - Compliance with Qualitative Requirements",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Section 4 - Compliance with the SLAs and KPIs",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Demonstrations",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "Costs for Providing the Solution",
                            "type": "cost",
                            "description": "20"
                        },
                        {
                            "name": "Additional/Optional Items",
                            "type": "cost",
                            "description": "For information only"
                        },
                        {
                            "name": "Costs for the Extension Period",
                            "type": "cost",
                            "description": "For information only"
                        },
                        {
                            "name": "Payment Plan - Payment by Milestones",
                            "type": "cost",
                            "description": "For information only"
                        }
                    ]
                },
                "value": {
                    "amount": 195000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The University proposes to enter into a Contract for 7 years / 84 months - this will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of an initial contract period of 5 years / 60 months with an option to extend by a further 2 years / 24 months in two 1 year / 12 month increments, subject to satisfactory performance and at the discretion of the University."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ32"
                    },
                    {
                        "region": "UKJ32"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Southampton South Academic Block Southampton General Hospital Tremona Road Southampton SO16 6YD"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ32"
                    },
                    {
                        "region": "UKJ32"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Southampton South Academic Block Southampton General Hospital Tremona Road Southampton SO16 6YD"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe. The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: \"Moderate Risk\"; \"High Risk\"; \"Very High Risk\"; or \"Not Rated\", based on the rating provided by Creditsafe. Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.",
                    "minimum": "Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels: Public Liability - PS5 million GBP per occurrence. Product Liability - PS5 million GBP per occurrence. Employers (Compulsory) Liability - PS5 million GBP per occurrence. Professional Indemnity - PS2 million GBP per occurrence. Cyber Liability - PS5 million GBP per occurrence.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Tenderers attention is drawn to the MANDATORY requirements of the award criteria: Section 1 - Functional Requirements: Requirements in this section with a priority rating of M (Mandatory) are Pass/Fail. Section 2 - Non-Functional Requirements: Requirements in this section with a priority rating of M (Mandatory) are Pass/Fail. Section 3 - Qualitative Requirements 3.1 Tenderers must be able to evidence that they have an existing solution that meets the University's requirements for Assessment Management System that has been deployed in a similar environment within the last three years. The University will not accept bids from Tenderers who are seeking to develop a fully bespoke solution. The University will not accept bids from Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the Tender specification.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-02-15T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-02-15T12:01:00Z"
        },
        "bidOpening": {
            "date": "2022-02-15T12:01:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-23007",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON"
            },
            "address": {
                "streetAddress": "HIGHFIELD CAMPUS,UNIVERSITY ROAD",
                "locality": "SOUTHAMPTON",
                "region": "UKJ32",
                "postalCode": "SO171BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Alex Oakley",
                "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-5788",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "locality": "Southampton",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-31736",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
                "locality": "SOUTHAMPTON",
                "region": "UKJ32",
                "postalCode": "SO171BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Helen Stone",
                "telephone": "+44 2380595000",
                "email": "Procurement@soton.ac.uk"
            },
            "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-18701",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-31736",
        "name": "UNIVERSITY OF SOUTHAMPTON"
    },
    "language": "en",
    "awards": [
        {
            "id": "026663-2022-1",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}