Scope
Reference
PROC/2526/098
Description
The Milford Haven Public Transport Interchange (MHPTI) scheme involves improvement works to the existing Milford Haven train station to create a new public transport interchange. This requires the relocation of the existing rail platform to allow for the provision of a new bus interchange, taxi rank, formalised car park, public realm spaces and improved Active Travel links. The platform relocation will also enable intercity services to and from London to use the station, in line with the Council's and Transport for Wales's long-term ambition to provide more regular rail services and better connectivity to more destinations.
The works include:
• Provide a public transport interchange including a bus focal point and coach pick-up / drop-off point connected to the station
• Provide an improved railway station
• Improve passenger amenities, facilities and security at the station
• Provision of a new car park with Electric Vehicle charging facility and taxi rank
• Improved built environment of station from a visual and landscape perspective
• Improve accessibility to transport facilities and the town core areas
• Improve Active Travel connectivity to the public transport interchange
• Create sustainable access links within and between the town core areas.
• Futureproof the railway by increasing patronage and supporting an enhanced railway service to Milford Haven (i.e. the London rail service)
• Connect Local Communities
• Limit the amount of environmental damage and emission from private vehicle usage, creating a greener way to travel.
Total value (estimated)
- £12,500,000 excluding VAT
- £15,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 March 2026 to 31 July 2027
- 1 year, 4 months, 6 days
Main procurement category
Works
CPV classifications
- 45213321 - Railway station construction work
Contract locations
- UKL14 - South West Wales
Participation
Legal and financial capacity conditions of participation
As per tender documentation - includes satisfactory financial assessment including D & B Assessment and acid test ratio.
Technical ability conditions of participation
Network Rail awarded Principal Contractors Licence Certificate and RISQS Certification.
Submission
Enquiry deadline
12 November 2025, 11:00am
Submission type
Requests to participate
Deadline for requests to participate
12 November 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Suppliers to be invited to tender
Maximum 6 suppliers
Selection criteria:
3 Case studies/capability statements, Health, Safety, Quality and Environment information in relation to the supply chain, Sustainability, Network Rail Principal Contractors Licence and RISQS certification.
Award decision date (estimated)
9 March 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Technical | Methodology, Programme, H&S, Community Benefits etc |
Quality |
| Commercial | ECC Target Cost (50%) ECC Fee Percentage (10%) Target Cost with Activity Schedule and Contract Data Part 2. ECC Target Cost to be exclusive of Fee |
Cost |
Weighting description
Commercial 60%
Quality Criteria 40%
Other information
Description of risks to contract performance
Network Rail under the Asset Protection Agreement (APA).
ES5 Design is ongoing with an anticipated submission date to Network Rail December 2025 with final sign off being achieved February 2026. Approval for Construction drawings shall be issued during the Tender period. Due to the funding deadlines, the Authority will not be able to extend the tender period if any changes are required, the contract will be modified through a Compensation Event process upon Contract Award in the event of any changes and in accordance with Schedule 8, 6(b) of the Procurement Act 23.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The competitive flexible procedure will be used to down select contractors that have the technical capability and capacity to be able to carry out works on Network Rail infrastructure. The contractor must hold a Network Rail awarded Principal Contractors Licence certificate and RISQS Certification. A maximum of six contractors will be invited to tender for the construction works following the initial down selection process.
Documents
Documents to be provided after the tender notice
https://etenderwales.bravosolution.co.uk/ pqq 33764
Contracting authority
Pembrokeshire County Council
- Public Procurement Organisation Number: PYMR-6838-HZQY
County Hall
Pembrokeshire
SA61 1TP
United Kingdom
Region: UKL14 - South West Wales
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales