This website will offer limited functionality in this browser. We only support the recent versions of major browsers like Chrome, Firefox, Safari, and Edge.

Search the website

G-Cloud 15 (G15) Framework: Key changes for UK public sector cloud suppliers

Picture of Hannah Barton
Passle image

Crown Commercial Services (CCS) published the G15 tender documents on 23rd October 2025 (G-Cloud 15 - Find a Tender) with an opportunity for bidders to submit clarification questions (CQs) before 12th December 2025. Bidders have until 30th January 2026 to determine whether to make a framework submission with an anticipated award decision date by CCS of 17 September 2026. As the first iteration of G-Cloud launched under the Procurement Act 2023, the new ‘open framework’ will provide an opportunity 18 months after framework go-live for new suppliers to submit to G15 and/or for existing suppliers to update their offering on the framework, including adjusted pricing. The total duration of this open framework is for 4 years, comprising of three terms: 18 months + 18 months + 1 year.

The G15 contract terms have been significantly overhauled from previous iterations and are now more closely aligned with the template Public Sector Contract (PSC) terms. Whilst the G Cloud 14 terms (and earlier iterations) were not universally popular within the cloud services market, suppliers had become accustomed to them, and they had been progressively updated for the cloud market. Therefore, the move towards these new terms will inevitably be questioned by the supplier market, even if it does reflect a willingness within government to standardise public sector contracts

Cloud suppliers (both direct and indirect) need to carefully review the new framework terms to ensure compliance in respect of any bid submission and, in the case of resellers, existing reseller agreement terms that may be in place with cloud vendors. Some of the key changes that suppliers should be aware of include those set out below. This is a small sample of the very many changes within the new terms, which include framework schedules, joint schedules and call-off schedules (including mandatory and optional terms), as well as order form and standard terms:

  1. Lots – G15 will not only replace G14 but also Cloud Compute 2 and so the Lot structure is quite different to previous G-Cloud iterations as follows:

    Lot 1a is for Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) 

    Lot 1b is for IaaS and PaaS above OFFICIAL (i.e. for use by defence and security customers)

    Lot 2a is Infrastructure Software (I-SaaS)

    Lot 2b is Software as a Service (SaaS)

    Lot 3 is for Cloud Support Services (Additional Services)

    Suppliers will need to thoroughly review Framework Schedule 1 (Specification) to understand the scope of each Lot to ensure compliance of the proposed service offerings submitted as part of a bid and the impact of additional contract terms that may be relevant to different Lots (e.g. requirement for Cyber Essentials Plus for Lot 1b service offerings).

  2. Call-Off Contract duration – For Lot 1a and 1b, Call-Off Contracts can be entered into for up to 5 years with optional extensions for up to a further 3 years which is longer than was permitted under previous G-Cloud iterations. For the other Lots, the maximum term is 4 years with optional extensions for up to 2 years (i.e. not to exceed 6 years total duration). Both buyers and suppliers are likely to want to carefully consider call-off durations on a case-by-case basis given the framework is expected to ‘open’ after 18 months post go-live for new service offerings and/or updated pricing.
  3. Applicability of supplier and/or third party terms - – G15 introduces significant restrictions on the supplier’s ability to include standard supplier and/or third party terms. Whilst suppliers can include certain supplier terms such as a Data Processing Agreement, Acceptable Use Policy, Shared Responsibility Model, SLAs and Supplier Licence Terms, limitations apply. The Supplier Service Descriptions which may otherwise include standard supplier descriptions of the service offerings and/or associated product terms have also been moved to the lowest order of precedence and there are now restrictions on hyperlinked third-party terms. All cloud suppliers and particularly resellers will need to thoroughly review the new G15 terms to understand the impact of the changes to avoid compliance issues with either the G15 terms and/or existing reseller arrangements with vendors.
  4. Liability and insurance -  Suppliers should review the new G15 liability caps particularly in respect of Lot 1b which introduces a greater of £20m or 125% of Estimated Yearly Charges general liability cap at call-off level. Insurance levels for Lot 1b are also significantly higher than the other Lots so suppliers to Lot 1b should review the levels to ensure that all the relevant insurance levels are in place prior to bid submission. Suppliers should ensure that appropriate internal approval processes are in place to review and if necessary, adjust liability caps at the point of call-off.
  5. Cyber Essentials – Having previously been exempt for G-Cloud, Cyber Essentials is now a mandatory requirement for all Lots. In notifying suppliers on 5th December 2025, CCS explained this requirement ‘is to align with the Government’s commitment to mitigate supply chain security risks by ensuring appropriate security controls are embedded throughout procurement’. Suppliers should note that Cyber Essentials Plus is required for Lots 1a and 1b. In the case of Lots 2a, 2b or 3, suppliers should ‘obtain a valid Cyber Essentials certificate for themselves and ensure any of their subcontractors who process personal or OFFICIAL data have a Cyber Essentials certificate. Evidence of your certification is required within 12 months of the award date of the G-Cloud 15 framework.’  Suppliers should therefore ensure that they have the necessary Cyber Essentials certification in place (or commenced the certification process) to ensure compliance with these new requirements.

    If you are a technology supplier looking for support with UK public sector technology contracts, please contact Hannah Barton, Patrick Parkin or your usual Burges Salmon contact.