Scope
Reference
RM1557.15
Description
G-Cloud 15 (GC15) is the proposed replacement for G-Cloud 14 (GC14), G-Cloud 14 Lot 4 (GC14.4) and Cloud Compute 2 (CC2). It is the largest framework of its kind in the public sector. G-Cloud spend for FY23/24 was £3.1bn and Cloud Compute was £0.5m.
The Public Cloud market (in the Public Sector) is estimated to be worth £6bn in 2024 according to the Department for Science, Innovation and Technology and Government Digital Service. This includes services that have already migrated to cloud (under the Cloud first policy) and the potential for those services yet to move to cloud.
G-Cloud 15 will introduce a number of further improvements, mainly focussing on increased playbook and policy compliance and intention to adopt a more traditional approach to evaluation, as seen on other CCS frameworks, these include:
Leveraging the popularity of G-Cloud to incorporate Cloud Compute services which have historically been available through Cloud Compute 1 and 2, removing the need for Cloud Compute 3
Discontinuing Lot 4 and enabling both call off with and without competition in all Lots
Social Value, Quality, and Price Evaluations delivered through the evaluation at scale project, pending digital enhancements
Introduction of appropriate levels of Economic and Financial Standing (EFS) for each Lot in G-Cloud 15, replacing the Bronze Plus blanket approach used for G-Cloud 14.
Inclusion of prompt payment and no longer needing to seek a Ministerial exemption
A range of digital enhancements to improve the buyer and supplier experience and provide better quality category information.
Commercial tool
Establishes a framework
Total value (estimated)
- £8,000,000,000 excluding VAT
- £9,600,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 20 July 2026 to 19 July 2030
- 4 years
Main procurement category
Services
CPV classifications
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
- AI - Anguilla
- BM - Bermuda
- FK - Falkland Islands
- GI - Gibraltar
- GS - South Georgia and South Sandwich Islands
- IO - British Indian Ocean Territory
- KY - Cayman Islands
- MS - Montserrat
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- SH - Saint Helena, Ascension and Tristan da Cunha
- TC - Turks and Caicos Islands
- VG - British Virgin Islands
Engagement
Engagement deadline
30 September 2025
Engagement process description
Customer engagement sessions.
Supplier engagement sessions.
Engagement posted on CCS website G-Cloud 15 - CCS.
Tuesday 17 June from 10:00 - 11:00 (techUK members only) - COMPLETE
Thursday 19 June from 10:30 - 11:30 (open to all) - COMPLETE
Working collaboratively with CXD, 28 stakeholder engagement sessions were completed for the first round of pre-OBC engagement, comprising one to one and group sessions with customers, suppliers and other stakeholders, with approximately 700 delegates attending. The G-Cloud 15 stakeholder engagement plan, records details of when, who, why and the outcomes for each engagement, covering customers, suppliers and other stakeholders. Including a summary sheet to monitor all engagements in terms of scheduling, completion and sharing of information.
Further customer and supplier engagement is planned between June to September 2025, to deliver specific sessions/videos on required elements as a result of the sessions held in June/July i.e. what suppliers and customers want to see next (e.g. a specific session/video on FVRA).
Round 2 of Engagement was postponed due to uncertainty of having a Digital Solution in place. It was agreed with the CAAAB team that sessions with Customers and Suppliers would be held post-FBC to advise on the Strategy that has been agreed and approved.
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
23 October 2025
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government