1. Buyer
1.1.
Buyer
Official name: ASBL CHU HELORA
Legal type of the buyer: Public undertaking
Activity of the contracting authority: Health
2. Procedure
2.1.
Procedure
Title: Location de véhicules formule « full service » pour le service hôtelier du Logipôle
Description: Location de véhicules formule « full service » pour le service hôtelier du Logipôle
Procedure identifier: 940301c2-abdb-440f-a760-a5ee85d1ac42
Internal identifier: PPP1ZY-487/6049/Location-véhicules-2026
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 34130000 Motor vehicles for the transport of goods
2.1.2.
Place of performance
Country subdivision (NUTS): Arr. Mons (BE323)
Country: Belgium
2.1.2.
Place of performance
Country subdivision (NUTS): Arr. Mons (BE323)
Country: Belgium
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: Location de véhicules formule « full service » pour le service hôtelier du Logipôle
Description: Location de véhicules formule « full service » pour le service hôtelier du Logipôle
Internal identifier: Location-véhicules-2026_1
5.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 34130000 Motor vehicles for the transport of goods
5.1.2.
Place of performance
Country subdivision (NUTS): Arr. Mons (BE323)
Country: Belgium
5.1.3.
Estimated duration
Other duration: Unknown
5.1.6.
General information
Reserved participation:
Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given: Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA): yes
5.1.9.
Selection criteria
Sources of selection criteria: Notice
Criterion: Other economic or financial requirements
Description of selection criterion: Chiffre d’affaires global, au cours des trois derniers exercices (AR 18/04/2017, art. 67, §1er, 2° et §3). Niveau(x) minimal(aux): Pour chaque année, le montant du chiffre d’affaires doit être, au minimum, de : 1.100.000 € HTVA.
Criterion: References on specified deliveries
Description of selection criterion: Références de marchés de location de véhicules formule full service exécutés ces 3 dernières années. Niveau(x) minimal(aux): Nombre de références minimales : 3 clients différents Montant minimal global pour les 3 références : 220.000 € HTVA
Criterion: Other economic or financial requirements
Description of selection criterion: * Le DUME, par lequel l'opérateur économique déclare qu’il ne se trouve pas dans une des situations d’exclusion visées aux articles 67 à 69 de la loi du 17 juin 2016. L’article 70 de la loi du 17 juin 2016 relative aux marchés publics s’applique. Pour les motifs d’exclusion visés à l’article 67 de la loi, le candidat ou soumissionnaire signale d’initiative s’il a pris les mesures correctrices visées au paragraphe 1er de l'article 70 au début de la procédure.
5.1.10.
Award criteria
Criterion:
Type: Cost
Description: Prix
Category of award weight criterion: Weight (points, exact)
Award criterion number: 60
Criterion:
Type: Quality
Description: Qualité du service proposé
Category of award weight criterion: Weight (points, exact)
Award criterion number: 25
Criterion:
Type: Quality
Description: Délai de mise à disposition des véhicules neufs et qualité des véhicules d’attente
Category of award weight criterion: Weight (points, exact)
Award criterion number: 5
Criterion:
Type: Quality
Description: Performance environnementale des véhicules
Category of award weight criterion: Weight (points, exact)
Award criterion number: 5
Criterion:
Type: Quality
Description: Délai de préavis pour modification de la flotte
Category of award weight criterion: Weight (points, exact)
Award criterion number: 5
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: French
Electronic catalogue: Not allowed
Variants: Not allowed
Description of the financial guarantee: Cautionnement (5 % du montant initial du marché (hors TVA), arrondi à la dizaine supérieure)
Deadline for receipt of tenders: 02/06/2026 10:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Duration during which the tender must remain valid: 180 Days
Information about public opening:
Opening date: 02/06/2026 10:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
No framework agreement
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation: Tribunal de 1ère instance
Information about review deadlines: délais légaux
Organisation providing additional information about the procurement procedure: ASBL CHU HELORA
Organisation providing more information on the review procedures: Tribunal de 1ère instance
Organisation receiving requests to participate: ASBL CHU HELORA
8. Organisations
8.1.
ORG-0001
Official name: ASBL CHU HELORA
Registration number: 0801.643.533
Postal address: Boulevard Fulgence Masson 5
Town: MONS
Postcode: 7000
Country subdivision (NUTS): Arr. Mons (BE323)
Country: Belgium
Contact point: Corinne Capron
Telephone: +32 476781720
Roles of this organisation:
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
8.1.
ORG-0002
Official name: Tribunal de 1ère instance
Registration number: BE0308357753
Postal address: Rue de Nimy 35
Town: Mons
Postcode: 7000
Country subdivision (NUTS): Arr. Mons (BE323)
Country: Belgium
Telephone: +32 65338580
Roles of this organisation:
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0003
Official name: 3P - Aanbieder van diensten / Prestataire de services
Registration number: BE 0475.480.736
Town: Antwerpen / Anvers
Postcode: 2000
Country subdivision (NUTS): Arr. Antwerpen (BE211)
Country: Belgium
Telephone: +32 3 294 30 51
Roles of this organisation:
Procurement service provider
8.1.
ORG-0004
Official name: FPS Policy and Support
Registration number: BE 0671.516.647
Town: Brussels
Postcode: 1000
Country subdivision (NUTS): Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad (BE100)
Country: Belgium
Telephone: +32 2 740 80 00
Roles of this organisation:
TED eSender
Notice identifier/version: d071504f-7d59-4325-add7-6cbafd56bc68 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 30/04/2026 00:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Notice dispatch date (eSender): 30/04/2026 00:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Languages in which this notice is officially available: French
Notice publication number: 300676-2026
OJ S issue number: 85/2026
Publication date: 04/05/2026