Tender

G-Cloud 15

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-068082

Procurement identifier (OCID): ocds-h6vhtk-0504a3

Published 23 October 2025, 1:08pm

Last edited 24 October 2025, 10:42am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Removal of internal guidance, included in error from the framework description.

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 an open framework

Total value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 September 2026 to 16 September 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

Lot 1a (was 1). Lot 1a Cloud Hosting

Description

Core Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) subscription services.

Lot 1a - owners of physical infrastructure / accredited partners.

Lot value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 1b. Lot1b Cloud Hosting

Description

Core IaaS and PaaS subscription services

Lot 1b - all Lot 1 services delivered above "Official" security classification.

Lot value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2a. Lot2a Infrastructure Software as a Service (iSaaS)

Description

Software as a Service (SaaS) applications usually accessed over the internet or private network and hosted in the cloudTime.

Lot 2a - Infrastructure Software as a Service (iSaaS)

Lot value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2b. Lot2b Software as a Service (SaaS) quality award questions

Description

Software as a Service (SaaS) applications usually accessed over the internet or private network and hosted in the cloud.

Lot2b Software as a Service (SaaS) quality award questions

Lot value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot3 Cloud Support

Description

All cloud specific professional services for a clearly defined period.

Further competition scope is outcomes based and/or time and materials.

Without further competition defaults to framework maximum Government Digital and Data Profession Capability Framework day rates.

Better value for money likely achieved from competing.

Lot value (estimated)

  • £14,000,000,000 excluding VAT
  • £16,800,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

16 September 2030

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0.75%

Further information about fees

The Supplier will pay, excluding VAT, 0.75 % of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.

Suppliers to submit MI templates.

Framework operation description

Refer to Framework Schedule 7 - for details of the competitive selection processes for the award of contracts under this framework.

In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged. The Authority also reserves the right to extend Lots by varying durations.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Please refer to the attached document which details the full customer list for RM1557.15 G-Cloud 15


Participation

Legal and financial capacity conditions of participation

Lot 1a (was 1). Lot 1a Cloud Hosting

Lot 1b. Lot1b Cloud Hosting

Lot 2a. Lot2a Infrastructure Software as a Service (iSaaS)

Lot 2b. Lot2b Software as a Service (SaaS) quality award questions

The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.

Lot 3. Lot3 Cloud Support

The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender

Technical ability conditions of participation

Lot 1a (was 1). Lot 1a Cloud Hosting

Lot 1b. Lot1b Cloud Hosting

Lot 2a. Lot2a Infrastructure Software as a Service (iSaaS)

Lot 2b. Lot2b Software as a Service (SaaS) quality award questions

Lot 3. Lot3 Cloud Support

The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.

Particular suitability

Lot 1a (was 1). Lot 1a Cloud Hosting

Lot 1b. Lot1b Cloud Hosting

Lot 2a. Lot2a Infrastructure Software as a Service (iSaaS)

Lot 2b. Lot2b Software as a Service (SaaS) quality award questions

Lot 3. Lot3 Cloud Support

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

12 December 2025, 3:00pm

Tender submission deadline

30 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

17 September 2026


Award criteria

Lot 1a (was 1). Lot 1a Cloud Hosting

This table contains award criteria for this lot
Name Description Type Weighting
Lot1a Quality Cloud Services

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 40%
Lot1a Maximising Buyer Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 40%
Understanding Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 10%
Lot1a Price for Onboarding

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 5%
Lot1a Price - Discount

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 5%

Lot 1b. Lot1b Cloud Hosting

This table contains award criteria for this lot
Name Description Type Weighting
Lot1b Quality Cloud Services Quality 40%
Lot1b Maximising Buyer Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 40%
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 10%
Lot1b Price for Onboarding

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 5%
Lot1b Price - Discount

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 5%

Lot 2a. Lot2a Infrastructure Software as a Service (iSaaS)

This table contains award criteria for this lot
Name Description Type Weighting
Lot2a Price

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 80%
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 10%
Lot2a User Support - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2a Asset Protection - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2a Penetration Testing - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2a Data Sanitisation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%

Lot 2b. Lot2b Software as a Service (SaaS) quality award questions

This table contains award criteria for this lot
Name Description Type Weighting
Lot2b Price

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Price 80%
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 10%
Lot2b User Support - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2b Asset Protection - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2b Penetration Testing - SaaS

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot2b Data Sanitisation

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%

Lot 3. Lot3 Cloud Support

This table contains award criteria for this lot
Name Description Type Weighting
Lot3 Price

You must read the Attachment 2 How to Tender for the details of this question's requirement, response guidance and marking scheme

Price 80%
Social Value

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 10%
Lot3 User Support - Cloud Support

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot3 Staff Security Clearance - Cloud Support

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot3 Security Clearance Levels - Cloud Support

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%
Lot3 Cyber Essentials - Cloud Support

You must read the Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme

Quality 2.5%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

G Cloud 15 -Customer list v1.0.docx


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government