Tender

FW Services - Operational Technology Framework - Extended Deadline

SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

This public procurement record has 1 release in its history.

Tender

11 Jun 2025 at 16:52

Summary of the contracting process

Scottish Hydro Electric Transmission plc, operating as SSEN Transmission, is currently in the tender stage for its "FW Services - Operational Technology Framework - Extended Deadline". This public procurement process is within the IT services industry category, focusing on consulting, software development, Internet, and support, and is located in the United Kingdom. The procurement stage involves a selective method and is structured as a competitive flexible procedure. Key dates include a revised deadline for Pre-Qualification Questionnaire (PQQ) responses set for 16 June 2025, with the overall award period concluding on 1 November 2025.

This tender offers substantial opportunities for growth to businesses specialising in IT services, particularly for those providing consulting, software development, and security solutions. With the framework comprising six distinct lots, companies with expertise in substation operational technology, OT security services, infrastructure and network services, operations support, data centre hosting, and delivery services are well-suited to compete. The procurement process promotes a selective yet open framework, enabling businesses to establish long-term relationships with SSEN Transmission while contributing to critical infrastructure maintenance and development. The substantial contract, valued at £240,000,000, invites businesses to engage in strategic partnerships, providing both developmental and consultancy engagements that address emerging market challenges.

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

FW Services - Operational Technology Framework - Extended Deadline

Notice Description

Scottish Hydro Electric Transmission Plc (SHET) trading as SSEN Transmission has identified a requirement to establish an OT specific Framework of suppliers to maintain a dedicated pool of suppliers to support the successful delivery of our T3 programme. Details of the programme can be found at https://www.ssen-transmission.co.uk/globalassets/documents/riio-t3-documents/ssent-riio-t3-business-plan.pdf *** Original notice published is Notice identifier: 2025/S 000-020450. This notice is to reflect change to dates, including change of deadline for PQQ responses from 09.06.25 @12:000 to 16.06.25 @12:00 ***

Lot Information

Lot 1. Substation OT Prof Services (security assurance in substations, firewalls, common platforms)

* Design and build of security solutions to be deployed into substation environments, including the infrastructure and services for backup, monitoring, endpoint protection and firewalls. * Design and build of physical security solutions for substation environments, including automated access control systems (AACS), CCTV, and other access control and monitoring solutions such as key safes and door contact sensors. * Procure and supply the hardware for the security solutions. In most cases this will be free issued by SSEN-T. * Provide ongoing 2nd line maintenance and support of the service / solution. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 1.

Options: Framework - Purchase via call off contracts

Lot 2. OT Security Services inc. Training & Awareness

* Training and Awareness - Development of training content to educate users of operational technology about the risks from cyber security threats. * Provide specialised OT Security Consultancy and related services including process development and assurance (IDAM, VM, Change Management), maturity assessment, collation and summary of threat intelligence, testing and configuring security tools (Firewalls, EDR, IDS, SIEM). * Security architecture - risk assessing a new changed system IT/OT systems to ensure security principles are followed and residual risks are understood. * Penetration testing - undertaking targeted investigations to highlight vulnerabilities within our existing systems and controls that could be exploited by a threat actor. * OT Forensics - capability to undertake forensic investigations on low level devices used within the electricity sector. e.g. those running Realtime operating systems such as Vxworks. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 2.

Options: Framework - Purchases via call off / SoWs as required

Lot 3. OT Infrastructure and Network Services inc. Substations (hardware, networking)

* Design and build of IT/OT infrastructure to be deployed into data centres and data rooms within offices. Including hardening of servers, software installation, network configuration, physical deployment (racking and wiring). * Design and build supporting applications such as identity services, domain management, key management and backup servers. * Provide infrastructure support, including patching, processing change requests, fault investigation and repair. * Design, build or procurement of network infrastructure to include but not limited to Routers, Switches, Firewalls and typical Datacentre technologies * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 3.

Options: Framework - Requirements to be made via call off / SoWs as required

Lot 4. OT Operations (BAU Support and Development)

* Provide specialist application support and development for OT Applications including PowerOn, PI to respond to incidents, facilitate configuration changes and deliver updates. * Provide technical assistance for wider OT estate, including Active Directory and firewalls - often required as part of fault diagnosis, technical remediation and/or project resourcing * Provide assistance and expertise with build and support of physical and virtual OT Windows clients. Building, applying and testing new client images via SCCM for use in Production OT environment. * DR testing - provide technical expertise with backup solutions such as NetBackup & Rubrik, to assist with comprehensive DR restoration tests for our OT servers and applications. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 4.

Options: Framework - Requirements to be made via call off / SoWs as required

Lot 5. Data Center Hosting

* Provide data center hosting in a secure and resilient environment suitable for critical national infrastructure (CNI) (likely to be Tier 3 as a minimum) with proximity to the SSEN Transmission OT network in the north of Scotland and connectivity to public cloud services. * Provide data center hosting to Security Check Level to meet Cabinet Office requirements.

Options: Framework - Requirements to be made via call off / SoWs as required

Lot 6. Delivery Services

* Professional and Consultancy services. * Skillset with Operational Technology (OT) expertise. Roles to include, but not limited to; 1. Business analysis 2. Design development 3. Testing 4. Change management 5. Architecture 6. Project delivery and management 7. Technical design 8. Service design

Options: Framework - Requirements to be made via call off / SoWs as required

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054719
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031698-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible 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

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£240,000,000 £100M-£1B
Lots Value
£240,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Jun 20258 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Feb 2026 - 31 Jan 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC
Contact Name
Not specified
Contact Email
lisa.mccann@sse.com
Contact Phone
Not specified

Buyer Location

Locality
PERTH
Postcode
PH1 3AQ
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
Not specified

Local Authority
Perth and Kinross
Electoral Ward
Perth City North
Westminster Constituency
Perth and Kinross-shire

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-054719-2025-06-11T17:52:33+01:00",
    "date": "2025-06-11T17:52:33+01:00",
    "ocid": "ocds-h6vhtk-054719",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-SC213461",
            "name": "SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC",
            "identifier": {
                "scheme": "GB-COH",
                "id": "SC213461"
            },
            "address": {
                "streetAddress": "Inveralmond House, 200 Dunkeld Road",
                "locality": "Perth",
                "postalCode": "PH1 3AQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM77"
            },
            "contactPoint": {
                "email": "lisa.mccann@sse.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ssen.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-SC213461",
        "name": "SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC"
    },
    "tender": {
        "id": "ocds-h6vhtk-054719",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FW Services - Operational Technology Framework - Extended Deadline",
        "description": "Scottish Hydro Electric Transmission Plc (SHET) trading as SSEN Transmission has identified a requirement to establish an OT specific Framework of suppliers to maintain a dedicated pool of suppliers to support the successful delivery of our T3 programme. Details of the programme can be found at https://www.ssen-transmission.co.uk/globalassets/documents/riio-t3-documents/ssent-riio-t3-business-plan.pdf *** Original notice published is Notice identifier: 2025/S 000-020450. This notice is to reflect change to dates, including change of deadline for PQQ responses from 09.06.25 @12:000 to 16.06.25 @12:00 ***",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "value": {
            "amountGross": 240000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "PQQ to be issued -2 step procedure under PA23 utilising Jaggaer / Find a tender. Open Framework to be utilised. Following PQQ evaluation, down selection will be made to move to ITT stage. Awards will be made per lot. Total of 6 available lots"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "SSE group companies",
                "description": "Refer to PQQ/ITT documentation",
                "openFrameworkSchemeEndDate": "2034-01-31T23:59:59+00:00"
            }
        },
        "submissionMethodDetails": "SSEN invite interested suppliers to view the Tender Documents on our Jaggaer e-procurement system under \"Current Opportunities\" here: https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=426 Full details of the service required and how to respond to the Pre-Qualification Questionnaire can be found on that page.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-06-16T12:00:00+01:00",
        "awardPeriod": {
            "endDate": "2025-11-01T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1. Substation OT Prof Services (security assurance in substations, firewalls, common platforms)",
                "description": "* Design and build of security solutions to be deployed into substation environments, including the infrastructure and services for backup, monitoring, endpoint protection and firewalls. * Design and build of physical security solutions for substation environments, including automated access control systems (AACS), CCTV, and other access control and monitoring solutions such as key safes and door contact sensors. * Procure and supply the hardware for the security solutions. In most cases this will be free issued by SSEN-T. * Provide ongoing 2nd line maintenance and support of the service / solution. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 1.",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Purchase via call off contracts"
                }
            },
            {
                "id": "2",
                "title": "Lot 2. OT Security Services inc. Training & Awareness",
                "description": "* Training and Awareness - Development of training content to educate users of operational technology about the risks from cyber security threats. * Provide specialised OT Security Consultancy and related services including process development and assurance (IDAM, VM, Change Management), maturity assessment, collation and summary of threat intelligence, testing and configuring security tools (Firewalls, EDR, IDS, SIEM). * Security architecture - risk assessing a new changed system IT/OT systems to ensure security principles are followed and residual risks are understood. * Penetration testing - undertaking targeted investigations to highlight vulnerabilities within our existing systems and controls that could be exploited by a threat actor. * OT Forensics - capability to undertake forensic investigations on low level devices used within the electricity sector. e.g. those running Realtime operating systems such as Vxworks. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 2.",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Purchases via call off / SoWs as required"
                }
            },
            {
                "id": "3",
                "title": "Lot 3. OT Infrastructure and Network Services inc. Substations (hardware, networking)",
                "description": "* Design and build of IT/OT infrastructure to be deployed into data centres and data rooms within offices. Including hardening of servers, software installation, network configuration, physical deployment (racking and wiring). * Design and build supporting applications such as identity services, domain management, key management and backup servers. * Provide infrastructure support, including patching, processing change requests, fault investigation and repair. * Design, build or procurement of network infrastructure to include but not limited to Routers, Switches, Firewalls and typical Datacentre technologies * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 3.",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Requirements to be made via call off / SoWs as required"
                }
            },
            {
                "id": "4",
                "title": "Lot 4. OT Operations (BAU Support and Development)",
                "description": "* Provide specialist application support and development for OT Applications including PowerOn, PI to respond to incidents, facilitate configuration changes and deliver updates. * Provide technical assistance for wider OT estate, including Active Directory and firewalls - often required as part of fault diagnosis, technical remediation and/or project resourcing * Provide assistance and expertise with build and support of physical and virtual OT Windows clients. Building, applying and testing new client images via SCCM for use in Production OT environment. * DR testing - provide technical expertise with backup solutions such as NetBackup & Rubrik, to assist with comprehensive DR restoration tests for our OT servers and applications. * Consultancy engagements focused on future development or addressing emerging challenges, specific to Lot 4.",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Requirements to be made via call off / SoWs as required"
                }
            },
            {
                "id": "5",
                "title": "Lot 5. Data Center Hosting",
                "description": "* Provide data center hosting in a secure and resilient environment suitable for critical national infrastructure (CNI) (likely to be Tier 3 as a minimum) with proximity to the SSEN Transmission OT network in the north of Scotland and connectivity to public cloud services. * Provide data center hosting to Security Check Level to meet Cabinet Office requirements.",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Requirements to be made via call off / SoWs as required"
                }
            },
            {
                "id": "6",
                "title": "Lot 6. Delivery Services",
                "description": "* Professional and Consultancy services. * Skillset with Operational Technology (OT) expertise. Roles to include, but not limited to; 1. Business analysis 2. Design development 3. Testing 4. Change management 5. Architecture 6. Project delivery and management 7. Technical design 8. Service design",
                "status": "active",
                "value": {
                    "amountGross": 240000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "As per PQQ / ITT Doumentation",
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "price",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "quality",
                            "name": "As per PQQ / ITT Doumentation",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ / ITT Doumentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ / ITT Doumentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Framework - Requirements to be made via call off / SoWs as required"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "031698-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031698-2025",
                "datePublished": "2025-06-11T17:52:33+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}