Notice Information
Notice Title
Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE)
Notice Description
FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland
Lot Information
Lot 1
FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland. Additional information: The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585. This Framework Agreement has been established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres: https://www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI: https://www.nidirect.gov.uk/contacts/further-education-fe-colleges Grant Controlled Integrated Education Schools in NI: https://www.nicie.org/parents/school-finder/ Independent School in NI: https://www.isc.co.uk/schools/northern-ireland/ Libraries NI: https://www.librariesni.org.uk/Libraries/ EA Teachers' and Educational Centres Council for the Curriculum, Examination and Assessment NI (CCEA) Armagh Observatory and Planetarium Middletown Centre for Autism Controlled Schools Support Council (CSSC) Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework. The value shown in II.2.7 is the highest value estimated in the following range: 11,000,000 GBP to 17,000,000 GBP which has been calculated on the basis of a 2-year framework plus two 12 month extension periods and contingency for higher demand during the contract period, for all clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering competition;(III) to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV) to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.
Options: After the initial contract period there is potential to extend for 2 further periods of 12months
Procurement Information
This contract is not an award with out prior notice. The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585 and a Corrigendum was also published on 5 October 2021 under the number 2021/s 000-024800.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032aac
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009233-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
18 - Clothing, footwear, luggage articles and accessories
19 - Leather and textile fabrics, plastic and rubber materials
33 - Medical equipments, pharmaceuticals and personal care products
34 - Transport equipment and auxiliary products to transportation
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
-
- CPV Codes
03313200 - Natural sponges
18142000 - Safety visors
18143000 - Protective gear
18424000 - Gloves
18443500 - Visors
19640000 - Polythene waste and refuse sacks and bags
33141420 - Surgical gloves
34928480 - Waste and rubbish containers and bins
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39830000 - Cleaning products
42995000 - Miscellaneous cleaning machines
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £17,000,000 £10M-£100M
Notice Dates
- Publication Date
- 6 Apr 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EDUCATION AUTHORITY
- Additional Buyers
- Contact Name
- Facilities.Procure@eani.org.uk
- Contact Email
- facilities.procure@eani.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BALLYMENA
- Postcode
- N/A
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-032aac-2022-04-06T11:50:58+01:00",
"date": "2022-04-06T11:50:58+01:00",
"ocid": "ocds-h6vhtk-032aac",
"description": "Mini-Competitions: Further competitions may be commissioned during the framework term for additional cleaning materials, catering services hygiene products and PPE. Such competitions will be run with all Contractors appointed to the framework, irrespective of the Lot they were awarded (unless otherwise excluded through poor performance). At the time of any mini-competition, the Clients will decide the contract term, which shall be no longer than a period of four years. Contract Monitoring: The Successful Contractor's performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in EA for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by the EA. Education Authority Northern Ireland (EA) are committed to the promotion of social inclusion and equal opportunities, as well as the responsible use and protection of natural resources and reducing our carbon footprint as key objectives in the Sustainable Development Strategy for Northern Ireland. The Authority has included with the contract documents a Social Considerations Schedule, to help achieve the EA's objectives and address the strategic aims, it is required that the successful contractor, as a condition of contract, deliver measurable social value outcomes as set within this Social Considerations Schedule. The Authority cannot give any commitment as to the usage, volume, or value of products required under this Contract. Any levels, or aggregate values of goods, referred to are indicative only and shall not be binding on the Client.",
"initiationType": "tender",
"tender": {
"id": "FMM-21-009",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "39830000",
"description": "Cleaning products"
},
"mainProcurementCategory": "goods",
"description": "FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland",
"lots": [
{
"id": "1",
"description": "FMM-21-009 Supply and Delivery of Cleaning Materials, Catering Services Hygiene Products and Personal Protective Equipment (PPE) throughout Northern Ireland. Additional information: The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585. This Framework Agreement has been established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres: https://www.education-ni.gov.uk/services/schools-plus Further Education Colleges in NI: https://www.nidirect.gov.uk/contacts/further-education-fe-colleges Grant Controlled Integrated Education Schools in NI: https://www.nicie.org/parents/school-finder/ Independent School in NI: https://www.isc.co.uk/schools/northern-ireland/ Libraries NI: https://www.librariesni.org.uk/Libraries/ EA Teachers' and Educational Centres Council for the Curriculum, Examination and Assessment NI (CCEA) Armagh Observatory and Planetarium Middletown Centre for Autism Controlled Schools Support Council (CSSC) Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework. The value shown in II.2.7 is the highest value estimated in the following range: 11,000,000 GBP to 17,000,000 GBP which has been calculated on the basis of a 2-year framework plus two 12 month extension periods and contingency for higher demand during the contract period, for all clients. There is no commitment as to the usage, volume, or value of products required under this Framework Agreement. The Authority expressly reserves the rights: (I) not to award any contract as a result of the procurement process commenced by publication of this notice; (II) to make whatever changes it may see fit to the content and structure of the tendering competition;(III) to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV) to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": true,
"options": {
"description": "After the initial contract period there is potential to extend for 2 further periods of 12months"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03313200",
"description": "Natural sponges"
},
{
"scheme": "CPV",
"id": "18142000",
"description": "Safety visors"
},
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18424000",
"description": "Gloves"
},
{
"scheme": "CPV",
"id": "18443500",
"description": "Visors"
},
{
"scheme": "CPV",
"id": "19640000",
"description": "Polythene waste and refuse sacks and bags"
},
{
"scheme": "CPV",
"id": "33141420",
"description": "Surgical gloves"
},
{
"scheme": "CPV",
"id": "34928480",
"description": "Waste and rubbish containers and bins"
},
{
"scheme": "CPV",
"id": "39000000",
"description": "Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products"
},
{
"scheme": "CPV",
"id": "42995000",
"description": "Miscellaneous cleaning machines"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "This is a multi-location Framework covering all schools/EA locations throughout Northern Ireland - potentially approx. 1,200 locations."
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"reviewDetails": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015. The EA operated a standstill period (i.e. a minimum of 10 calendar days). at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This contract is not an award with out prior notice. The Contract Notice for this procurement was published on Find-A-Tender on 10 September 2021 under the number 2021/S 000-022585 and a Corrigendum was also published on 5 October 2021 under the number 2021/s 000-024800."
},
"awards": [
{
"id": "009233-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21117",
"name": "Banner Group Limited"
},
{
"id": "GB-FTS-49087",
"name": "Bunzl UK Ltd T/A Bunzl McLaughlin"
},
{
"id": "GB-FTS-49088",
"name": "Bunzl Retail and Healthcare Supplies Ltd"
},
{
"id": "GB-FTS-49089",
"name": "Cleancare Ireland Ltd"
},
{
"id": "GB-FTS-49090",
"name": "Creative Activity Group Ltd"
},
{
"id": "GB-FTS-49091",
"name": "Galgorm Hygiene"
},
{
"id": "GB-FTS-38202",
"name": "Healthy Bean Ltd"
},
{
"id": "GB-FTS-49092",
"name": "Industrial Floorcare Machines Ltd"
},
{
"id": "GB-FTS-49093",
"name": "Interclean Hygiene & Cleaning Supplies Limited"
},
{
"id": "GB-FTS-49094",
"name": "John Preston & Co"
},
{
"id": "GB-FTS-45405",
"name": "Lyreco UK Limited"
},
{
"id": "GB-FTS-49095",
"name": "Sharon Services (UK) Ltd"
},
{
"id": "GB-FTS-6856",
"name": "Stephens Catering Equipment Co Ltd"
},
{
"id": "GB-FTS-49096",
"name": "Healthcare Essentials Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-49081",
"name": "EDUCATION AUTHORITY",
"identifier": {
"legalName": "EDUCATION AUTHORITY"
},
"address": {
"locality": "Ballymena",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Facilities.Procure@eani.org.uk",
"email": "Facilities.Procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.eani.org.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-49082",
"name": "Council for the Curriculum Examinations and Assessment",
"identifier": {
"legalName": "Council for the Curriculum Examinations and Assessment"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"postalCode": "BT1 3BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "facilities.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-49083",
"name": "Armagh Observatory",
"identifier": {
"legalName": "Armagh Observatory"
},
"address": {
"locality": "Armagh",
"region": "UKN",
"postalCode": "BT1 3BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "facilities.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-49084",
"name": "Armagh Planetarium",
"identifier": {
"legalName": "Armagh Planetarium"
},
"address": {
"locality": "Armagh",
"region": "UKN",
"postalCode": "BT1 3BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "facilities.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-49085",
"name": "Libraries NI",
"identifier": {
"legalName": "Libraries NI"
},
"address": {
"locality": "Lisburn",
"region": "UKN",
"postalCode": "BT1 3BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "facilities.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-49086",
"name": "Middletown Centre for Autism",
"identifier": {
"legalName": "Middletown Centre for Autism"
},
"address": {
"locality": "Middletown",
"region": "UKN",
"postalCode": "BT1 3BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "facilities.procure@eani.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-21117",
"name": "Banner Group Limited",
"identifier": {
"legalName": "Banner Group Limited"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "contact.banner@BannerUK.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-49087",
"name": "Bunzl UK Ltd T/A Bunzl McLaughlin",
"identifier": {
"legalName": "Bunzl UK Ltd T/A Bunzl McLaughlin"
},
"address": {
"locality": "Armagh",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tenders@bunzl.ie"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49088",
"name": "Bunzl Retail and Healthcare Supplies Ltd",
"identifier": {
"legalName": "Bunzl Retail and Healthcare Supplies Ltd"
},
"address": {
"locality": "Larne",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "brsinfo@bunzl.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-49089",
"name": "Cleancare Ireland Ltd",
"identifier": {
"legalName": "Cleancare Ireland Ltd"
},
"address": {
"locality": "Newtownabbey",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "hygiene@cleancareireland.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49090",
"name": "Creative Activity Group Ltd",
"identifier": {
"legalName": "Creative Activity Group Ltd"
},
"address": {
"locality": "Londonderry",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "sales@creative-activity.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49091",
"name": "Galgorm Hygiene",
"identifier": {
"legalName": "Galgorm Hygiene"
},
"address": {
"locality": "Ballymena",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "sales@galgormgroup.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-38202",
"name": "Healthy Bean Ltd",
"identifier": {
"legalName": "Healthy Bean Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@healthybean.org"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49092",
"name": "Industrial Floorcare Machines Ltd",
"identifier": {
"legalName": "Industrial Floorcare Machines Ltd"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "sales@clfloorcare.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49093",
"name": "Interclean Hygiene & Cleaning Supplies Limited",
"identifier": {
"legalName": "Interclean Hygiene & Cleaning Supplies Limited"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "interclean_mf@btinternet.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49094",
"name": "John Preston & Co",
"identifier": {
"legalName": "John Preston & Co"
},
"address": {
"locality": "Lisburn",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "enquiries@johnpreston.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-45405",
"name": "Lyreco UK Limited",
"identifier": {
"legalName": "Lyreco UK Limited"
},
"address": {
"locality": "Telford",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "online-team@lyreco.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-49095",
"name": "Sharon Services (UK) Ltd",
"identifier": {
"legalName": "Sharon Services (UK) Ltd"
},
"address": {
"locality": "Glasgow",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Tenders@sharonservices.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-6856",
"name": "Stephens Catering Equipment Co Ltd",
"identifier": {
"legalName": "Stephens Catering Equipment Co Ltd"
},
"address": {
"locality": "Belfast",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@stephens-catering.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-49096",
"name": "Healthcare Essentials Ltd",
"identifier": {
"legalName": "Healthcare Essentials Ltd"
},
"address": {
"locality": "Newtownards",
"region": "UKN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@hce08.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-2721",
"name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015",
"identifier": {
"legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-49081",
"name": "EDUCATION AUTHORITY"
},
"contracts": [
{
"id": "009233-2022-1",
"awardID": "009233-2022-1",
"status": "active",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"dateSigned": "2022-03-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 22
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 17
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 22
}
]
},
"language": "en"
}