{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-061004-2026-01-27T15:51:07Z",
    "date": "2026-01-27T15:51:07Z",
    "ocid": "ocds-h6vhtk-061004",
    "description": "Extension of the existing contract to ensure continuity of critical services. The LSTOC is classified as a 'mission critical' system under the Security of Networks & Information Systems (NIS) Regulations and supports essential operational safety.",
    "initiationType": "tender",
    "tender": {
        "id": "ITC11374",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "London Streets Tunnels Operating Centre (LSTOC)",
        "classification": {
            "scheme": "CPV",
            "id": "72267000",
            "description": "Software maintenance and repair services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "The LSTOC is critical for the detection and management of incidents including fire safety by controlling ventilation in the tunnels to manage fire smoke and facilitating self-evacuation of incident in tunnel bores. Additionally, the LSTOC also assists TfL in facilitating incident responders, such as the emergency services, in performing their duties and functions. The modifications will extend the existing contract with Indra for a period of 3 years and are required so that Indra can continue to provide the LSTOC services. The rationale for the modification is to allow sufficient time for a comprehensive re-procurement exercise to be undertaken using the Competitive Flexible Procurement route to market. The system in question is mission-critical to the safety and continuous operation of the tunnel infrastructure within the TfL network. these additional services required from the original contractor are due to technical reasons and continuity of critical systems. A change of contractor cannot be made for economic and technical reasons without causing significant inconvenience or substantial duplication of costs.",
                "contractPeriod": {
                    "startDate": "2026-05-07T00:00:00+01:00",
                    "endDate": "2029-05-07T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "007232-2026-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Extension of ITC11374 London Streets Tunnels Operating Centre",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-BR009707",
                    "name": "Indra Sistemas S.A."
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-17506",
            "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": {
                "email": "tcms@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk/"
            }
        },
        {
            "id": "GB-COH-BR009707",
            "name": "INDRA SISTEMAS, S.A.",
            "identifier": {
                "legalName": "INDRA SISTEMAS, S.A.",
                "id": "BR009707",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "4500 Parkway,",
                "locality": "Whitley",
                "region": "UK",
                "postalCode": "PO15 7AZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-9748",
            "name": "Centre for Effective Dispute Resolution",
            "identifier": {
                "legalName": "Centre for Effective Dispute Resolution"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-17506",
        "name": "Transport for London"
    },
    "contracts": [
        {
            "id": "007232-2026-1-1",
            "awardID": "007232-2026-1-1",
            "title": "Extension of ITC11374 London Streets Tunnels Operating Centre",
            "status": "active",
            "value": {
                "amount": 10910962,
                "currency": "GBP"
            },
            "dateSigned": "2014-08-12T00:00:00+01:00",
            "period": {
                "startDate": "2026-05-07T00:00:00+01:00",
                "endDate": "2029-05-07T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "72267000",
                        "description": "Software maintenance and repair services"
                    },
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50324100",
                            "description": "System maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKC"
                        },
                        {
                            "region": "UKD"
                        },
                        {
                            "region": "UKE"
                        },
                        {
                            "region": "UKF"
                        },
                        {
                            "region": "UKG"
                        },
                        {
                            "region": "UKH"
                        },
                        {
                            "region": "UKI"
                        },
                        {
                            "region": "UKJ"
                        },
                        {
                            "region": "UKK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "Additional maintenance services required from the original contractor due to technical reasons and continuity of a critical system, whilst TfL undertake a robust competitive flexible procedure under The Procurement Act 2023. A change of contractor cannot be made for economic and technical reasons without causing significant inconvenience or substantial duplication of costs.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: This contract extension is necessary due to: The mission critical nature of the system being procured The need to accommodate a re-procurement project during the term of the contract and allow a period of transition/dual running which is expected to be between 7-36 months between Indra & the awarded supplier IPR Ownership: Indra owns the intellectual property rights (IPR) for the LSTOC, any other supplier would need a license to access and maintain the system. Procuring a license from Indra for a third-party supplier would create additional cost for TfL, which is considered an economic inconvenience. Beyond cost, introducing a new supplier without full system knowledge could pose technical risks to a mission-critical system, reinforcing the justification. The supplier provides a critical service that cannot be interrupted without creating significant operational risk. Transitioning to a new supplier before the current contract expires would cause delays and service disruptions, as the incoming supplier would require sufficient time to design, implement, and transition to a new system. From a commercial perspective, there is not enough time for a new supplier to build and maintain a replacement system prior to the expiry of the existing contract. Maintaining the current supplier ensures continuity of service and mitigates operational and safety risks. The procurement exercise is estimated to take place April 2026."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:191026-2013:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}