Award

London Cycle Hire Scheme

TRANSPORT FOR LONDON

This public procurement record has 4 releases in its history.

Award

09 Jan 2026 at 17:53

TenderUpdate

25 Jul 2023 at 12:33

Tender

14 Jul 2023 at 15:36

Planning

13 Apr 2023 at 11:33

Summary of the contracting process

Transport for London (TfL) has completed the procurement process for the London Cycle Hire Scheme, awarding the contract to Serco Limited. This procurement falls under the public road transport services industry, with TfL acting as the buying organisation. The contract, initially valued at £277.9 million, covers bicycle and docking station supply, maintenance, and associated IT services across London. Although the contract was awarded in December 2025, it encompasses a potential duration of up to ten years, including the possibility of extension. The process concluded with a competitive dialogue method and is compliant with the CELEX 32014L0024 legal basis.

The London Cycle Hire Scheme offers a significant opportunity for businesses specialising in transport, IT, and maintenance services. Companies with expertise in developing and managing transport systems can leverage this contract to expand their portfolios and gain visibility by aligning with a high-profile project like the Santander Cycles. The requirements for innovative solutions in asset management, digital customer interfaces, and flexible operational capacities accommodate businesses ready to introduce technological advancements within the urban transport industry. Furthermore, maintaining and augmenting a vast network spread over 13 London boroughs provides a strategic platform for businesses wishing to showcase their capabilities in sustainable city transport initiatives.

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

London Cycle Hire Scheme

Notice Description

Transport for London (TfL) has awarded a contract for services comprised in the London Cycle Hire Scheme (the "Scheme"). Delivery of the LCHS consists of bicycle supply, management, repair, maintenance; docking station supply, installation, operation, management, repair and maintenance; revenue collection and payment; and various front and back-office IT services (including provision of the mobile app for the Scheme). The duration of the contract is for an initial term of five (5) years with the option at TfL's sole discretion to extend for one or more periods up to a maximum of a further five (5) years.

Lot Information

Lot 1

The London Cycle Hire Scheme (currently known as "Santander Cycles") was established in 2010 and covers 13 London boroughs with 819 docking stations, 21,500 docking points and 12,237 bikes, including 2,000 e-bikes. The procured contract is for the supply, operation (including redistribution) and maintenance of mechanical bicycles and e-bicycles and associated on-street docking stations. The contract also includes the development, delivery and maintenance of all systems (including IT) necessary to operate the London Cycle Hire Scheme, customer-facing systems (including payment and the mobile app), and interfaces with TfL systems. A key objective of the contract is an improvement to the customer offering across all customer interfaces, particularly via digital platforms, as well as the provision of an on-street asset (bicycle docking station) refresh/replacement programme including on-street in-dock charging for e-bicycles. Transport for London has procured a single supplier for the following Scheme services under a bespoke services contract: Asset Provision, Operation and Maintenance The design, supply, installation, operation, maintenance and disposal of all existing and future scheme assets as required for the delivery of the Scheme, including (without limitation): - bicycles, both classic (mechanical) and electric, including all associated component parts and spares; - GPS technology on all new bikes introduced to the Scheme; - supporting infrastructure, including: * docking stations (including In Dock charging) * power infrastructure and installation for docking stations; * foundations for docking stations; * installation/construction of Scheme on-street infrastructure. The development of tools, procedures, processes and systems for strategic asset management. Day-to-Day Scheme Management The strategic real-time deployment (including use of additional hub locations) and redistribution of bicycles, including (without limitation): - preventative and reactive maintenance, of both bicycles and on street assets including use of scheduling; - bicycle tagging and tracking; - incident management; - retrieval of abandoned/found bicycles; - design, build and/or source, testing and commissioning of the next generation of bicycles; - cleaning of docking stations and bicycles; - performance monitoring and reporting. The management and maintenance of scheme assets and associated power and infrastructure. The provision of, and management of, operational premises in London to support the operation of the Scheme. Customer Interface The design, development, maintenance and delivery of all user interface software, including (without limitation): - mobile app; - website; - terminal user interfaces; - user payment systems; - customer accounts; - generation of promotional codes; - responsive customer reward system; Systems The design, development, maintenance and delivery of all required front and back-office systems infrastructure and associated management activities for the delivery of the Scheme, including (without limitation): - revenue collection and payment systems; - gathering and reporting of management information; - the ability for back-end system management for authorised users; - effective operation and integration with all TfL and partner interfaces (as required); - console requirements as detailed in the tender documentation; - all required data management and processing, with the ability to integrate; - the transition from the existing systems. Additional Requirements Additional services that may be required to be delivered during the contract term include: * Increasing the number of assets used by the Scheme, such assets to be provided by the supplier. * Managing required changes in the numbers of different types of assets, such as different types of bicycle or docking stations. * Introducing new sites. * Expanding the geographical operating area of the Scheme. * Developing the Scheme to incorporate other projects, services and assets including (but not limited to) infrastructure, charging arrangements, assets, operation, maintenance and support. * Upgrades in technology. * Enabling "Hybrid Parking", that is, establishing bicycle parking and hiring outside of existing docking points. * Introducing new micromobility vehicle types to the scheme, e.g. electric scooters. * Connecting the service system to additional interfaces. * Adding safety features for bicycles and/or cyclists. * Implementing requirements resulting from a change of sponsor (e.g. change in livery, addition of sponsor accessories). * Operating similar, separate projects or initiatives as required by TfL. * Updating, enhancing and/or expanding the services, systems and/or IT infrastructure used in any of the service requirements and/or for any additional schemes, operations for similar projects or initiatives. * Implementing amendments to the services and the service systems to support new customer charging methods such as, but not limited to, time-based or demand-based customer charging mechanisms. * Reflecting general advances in technology in the Scheme infrastructure including in respect of Scheme assets and service system design. * Introduction of on street card readers that are compatible with TfL payment Gateway at any terminal.

Options: The contract can be extended beyond the five year initial term incrementally up to a five further years (ten years in total).

Renewal: Yes. The contract can be extended at TfL's sole discretion on multiple occasions after the initial term of five (5) years for a maximum extension period of five (5) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03be61
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002070-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services

66 - Financial and insurance services

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


CPV Codes

34000000 - Transport equipment and auxiliary products to transportation

45233293 - Installation of street furniture

48000000 - Software package and information systems

50000000 - Repair and maintenance services

51000000 - Installation services (except software)

60112000 - Public road transport services

63712000 - Support services for road transport

66133000 - Processing and clearing services

66172000 - Financial transaction processing and clearing-house services

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

Notice Value(s)

Tender Value
£500,000,000 £100M-£1B
Lots Value
£500,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£277,900,000 £100M-£1B

Notice Dates

Publication Date
9 Jan 20261 months ago
Submission Deadline
21 Aug 2023Expired
Future Notice Date
11 Jun 2023Expired
Award Date
9 Dec 20252 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Jeffrey Pike
Contact Email
bethdoran@tfl.gov.uk, v_jeffreypike@tfl.gov.uk
Contact Phone
+44 7753386307

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

SERCO

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-03be61-2026-01-09T17:53:59Z",
    "date": "2026-01-09T17:53:59Z",
    "ocid": "ocds-h6vhtk-03be61",
    "description": "Suppliers are required to respond to all sections of the SSQ and must submit responses in accordance with the instructions and response deadline stated in section IV.2.2. Each response must be submitted electronically via the SAP Ariba portal. Interested suppliers are to register with the SAP Ariba Business Network via TfL's Supplier self-registration link, in order to participate in the tender process, https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL. Once registered on the SAP Ariba Business Network, you can then express an interest by sending your Ariba Network ID (ANID) and the LCHS primary bid contact details (name, email address, phone number) to the following email address: v_jeffreypike@tfl.gov.uk with the subject \"LCHS - Request to Participate\". Suppliers must also click 'Intend to Bid' in order to fully register against the contract opportunity. SAP Ariba Supplier Registration Help Page: https://help.sap.com/docs/ARIBA_NETWORK_SUPPLIERS/ddd75910f67b4212b1c83f9d68cd2f01/de32f3eaf0181014be26e0d2a68be9ef.html. If you have any queries regarding your registration, please email: Ariba_Supplier_Enablement@tfl.gov.uk TfL reserves the right without notice to change the procurement process detailed in the procurement documents or to amend the information provided, including, but not limited to, changing the timetable, the scope and the procurement process. This will be subject to the normal rules of public law and transparency. Moreover, TfL reserves the right to provide further information to supplement the procurement process. Suppliers enter this procurement process at their own risk. TfL shall not accept liability nor reimburse a tenderer for any costs or losses it incurs in relation to its participation in the procurement process, regardless of whether or not TfL has made changes to the procurement process. TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise. The Contracting Authority strongly encourages those interested in tendering to undertake their activities in line with Responsible Procurement principles. Further information on TfL's Responsible Procurement policies can be found on the following website: https://tfl.gov.uk/corporate/publications-and-reports/procurement-information. The UK government has announced its commitment to greater data transparency. Accordingly, TfL reserves the right to publishing its tender documents, contracts and data from invoices received. In doing so, TfL may at its absolute discretion take account of the exemptions that would be available under the Freedom of Information Act 2000 and Environmental Information Regulations 2004. Further information on TfL may be found at www.tfl.gov.uk.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03be61",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "London Cycle Hire Scheme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "60112000",
            "description": "Public road transport services"
        },
        "mainProcurementCategory": "services",
        "description": "Transport for London (TfL) has awarded a contract for services comprised in the London Cycle Hire Scheme (the \"Scheme\"). Delivery of the LCHS consists of bicycle supply, management, repair, maintenance; docking station supply, installation, operation, management, repair and maintenance; revenue collection and payment; and various front and back-office IT services (including provision of the mobile app for the Scheme). The duration of the contract is for an initial term of five (5) years with the option at TfL's sole discretion to extend for one or more periods up to a maximum of a further five (5) years.",
        "lots": [
            {
                "id": "1",
                "description": "The London Cycle Hire Scheme (currently known as \"Santander Cycles\") was established in 2010 and covers 13 London boroughs with 819 docking stations, 21,500 docking points and 12,237 bikes, including 2,000 e-bikes. The procured contract is for the supply, operation (including redistribution) and maintenance of mechanical bicycles and e-bicycles and associated on-street docking stations. The contract also includes the development, delivery and maintenance of all systems (including IT) necessary to operate the London Cycle Hire Scheme, customer-facing systems (including payment and the mobile app), and interfaces with TfL systems. A key objective of the contract is an improvement to the customer offering across all customer interfaces, particularly via digital platforms, as well as the provision of an on-street asset (bicycle docking station) refresh/replacement programme including on-street in-dock charging for e-bicycles. Transport for London has procured a single supplier for the following Scheme services under a bespoke services contract: Asset Provision, Operation and Maintenance The design, supply, installation, operation, maintenance and disposal of all existing and future scheme assets as required for the delivery of the Scheme, including (without limitation): - bicycles, both classic (mechanical) and electric, including all associated component parts and spares; - GPS technology on all new bikes introduced to the Scheme; - supporting infrastructure, including: * docking stations (including In Dock charging) * power infrastructure and installation for docking stations; * foundations for docking stations; * installation/construction of Scheme on-street infrastructure. The development of tools, procedures, processes and systems for strategic asset management. Day-to-Day Scheme Management The strategic real-time deployment (including use of additional hub locations) and redistribution of bicycles, including (without limitation): - preventative and reactive maintenance, of both bicycles and on street assets including use of scheduling; - bicycle tagging and tracking; - incident management; - retrieval of abandoned/found bicycles; - design, build and/or source, testing and commissioning of the next generation of bicycles; - cleaning of docking stations and bicycles; - performance monitoring and reporting. The management and maintenance of scheme assets and associated power and infrastructure. The provision of, and management of, operational premises in London to support the operation of the Scheme. Customer Interface The design, development, maintenance and delivery of all user interface software, including (without limitation): - mobile app; - website; - terminal user interfaces; - user payment systems; - customer accounts; - generation of promotional codes; - responsive customer reward system; Systems The design, development, maintenance and delivery of all required front and back-office systems infrastructure and associated management activities for the delivery of the Scheme, including (without limitation): - revenue collection and payment systems; - gathering and reporting of management information; - the ability for back-end system management for authorised users; - effective operation and integration with all TfL and partner interfaces (as required); - console requirements as detailed in the tender documentation; - all required data management and processing, with the ability to integrate; - the transition from the existing systems. Additional Requirements Additional services that may be required to be delivered during the contract term include: * Increasing the number of assets used by the Scheme, such assets to be provided by the supplier. * Managing required changes in the numbers of different types of assets, such as different types of bicycle or docking stations. * Introducing new sites. * Expanding the geographical operating area of the Scheme. * Developing the Scheme to incorporate other projects, services and assets including (but not limited to) infrastructure, charging arrangements, assets, operation, maintenance and support. * Upgrades in technology. * Enabling \"Hybrid Parking\", that is, establishing bicycle parking and hiring outside of existing docking points. * Introducing new micromobility vehicle types to the scheme, e.g. electric scooters. * Connecting the service system to additional interfaces. * Adding safety features for bicycles and/or cyclists. * Implementing requirements resulting from a change of sponsor (e.g. change in livery, addition of sponsor accessories). * Operating similar, separate projects or initiatives as required by TfL. * Updating, enhancing and/or expanding the services, systems and/or IT infrastructure used in any of the service requirements and/or for any additional schemes, operations for similar projects or initiatives. * Implementing amendments to the services and the service systems to support new customer charging methods such as, but not limited to, time-based or demand-based customer charging mechanisms. * Reflecting general advances in technology in the Scheme infrastructure including in respect of Scheme assets and service system design. * Introduction of on street card readers that are compatible with TfL payment Gateway at any terminal.",
                "status": "cancelled",
                "value": {
                    "amount": 500000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Yes. The contract can be extended at TfL's sole discretion on multiple occasions after the initial term of five (5) years for a maximum extension period of five (5) years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "The contract can be extended beyond the five year initial term incrementally up to a five further years (ten years in total)."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233293",
                        "description": "Installation of street furniture"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51000000",
                        "description": "Installation services (except software)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66133000",
                        "description": "Processing and clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66172000",
                        "description": "Financial transaction processing and clearing-house services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "London"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-06-12T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 500000000,
            "currency": "GBP"
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://TfL.sourcing-eu.ariba.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Full details of the conditions for participation in the procurement can be found in the procurement documents accessible via the SAP Ariba portal. Applicants should note that they may be required to supply audited accounts.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please see the form of contract included with the procurement documents. The successful tenderer may be required to provide a performance guarantee from its parent company in the form set out in the contract documents.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "tenderPeriod": {
            "endDate": "2023-08-21T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-09-28T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-08-21T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-09-04T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-14777",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jeffrey Pike",
                "telephone": "+44 7753386307",
                "email": "v_jeffreypike@tfl.gov.uk",
                "url": "http://TfL.sourcing-eu.ariba.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfl.gov.uk",
                "buyerProfile": "http://TfL.sourcing-eu.ariba.com",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10599",
            "name": "High Court of England and Wales Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court of England and Wales Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-150216",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "id": "PHMT-6197-NWNZ",
                "schemeEntered": "Transport for London"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "bethdoran@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-00242246",
            "name": "Serco Limited",
            "identifier": {
                "legalName": "Serco Limited",
                "id": "00242246",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Serco House, Bartley Wood Business Park, Bartley Way",
                "locality": "Hook, Hampshire",
                "region": "UK",
                "postalCode": "RG27 9UY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-150216",
        "name": "Transport for London"
    },
    "language": "en",
    "awards": [
        {
            "id": "002070-2026-WS1202240459 / tfl_scp_002316-1",
            "relatedLots": [
                "1"
            ],
            "title": "London Cycle Hire Scheme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00242246",
                    "name": "Serco Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "002070-2026-WS1202240459 / tfl_scp_002316-1",
            "awardID": "002070-2026-WS1202240459 / tfl_scp_002316-1",
            "title": "London Cycle Hire Scheme",
            "status": "active",
            "value": {
                "amount": 277900000,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}