300676-2026 - Competition
Belgium – Motor vehicles for the transport of goods – Location de véhicules formule « full service » pour le service hôtelier du Logipôle
OJ S 85/2026 04/05/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameASBL CHU HELORA
Emailcorinne.capron@helora.be
Legal type of the buyerPublic undertaking
Activity of the contracting authorityHealth
2. Procedure
2.1.
Procedure
TitleLocation de véhicules formule « full service » pour le service hôtelier du Logipôle
DescriptionLocation de véhicules formule « full service » pour le service hôtelier du Logipôle
Procedure identifier940301c2-abdb-440f-a760-a5ee85d1ac42
Internal identifierPPP1ZY-487/6049/Location-véhicules-2026
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34130000 Motor vehicles for the transport of goods
2.1.2.
Place of performance
Country subdivision (NUTS)Arr. Mons (BE323)
CountryBelgium
2.1.2.
Place of performance
Country subdivision (NUTS)Arr. Mons (BE323)
CountryBelgium
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement Document
5. Lot
5.1.
LotLOT-0001
TitleLocation de véhicules formule « full service » pour le service hôtelier du Logipôle
DescriptionLocation de véhicules formule « full service » pour le service hôtelier du Logipôle
Internal identifierLocation-véhicules-2026_1
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 34130000 Motor vehicles for the transport of goods
5.1.2.
Place of performance
Country subdivision (NUTS)Arr. Mons (BE323)
CountryBelgium
5.1.3.
Estimated duration
Other durationUnknown
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 givenNot 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 criteriaNotice
CriterionOther economic or financial requirements
Description of selection criterionChiffre 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.

CriterionReferences on specified deliveries
Description of selection criterionRéférences 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

CriterionOther 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
TypeCost
DescriptionPrix
Category of award weight criterionWeight (points, exact)
Award criterion number60
Criterion
TypeQuality
DescriptionQualité du service proposé
Category of award weight criterionWeight (points, exact)
Award criterion number25
Criterion
TypeQuality
DescriptionDélai de mise à disposition des véhicules neufs et qualité des véhicules d’attente
Category of award weight criterionWeight (points, exact)
Award criterion number5
Criterion
TypeQuality
DescriptionPerformance environnementale des véhicules
Category of award weight criterionWeight (points, exact)
Award criterion number5
Criterion
TypeQuality
DescriptionDélai de préavis pour modification de la flotte
Category of award weight criterionWeight (points, exact)
Award criterion number5
5.1.11.
Procurement documents
Address of the procurement documentshttps://cloud.3p.eu/Downloads/1/487/1ZY/2026
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.publicprocurement.be
Languages in which tenders or requests to participate may be submittedFrench
Electronic catalogueNot allowed
VariantsNot allowed
Description of the financial guaranteeCautionnement (5 % du montant initial du marché (hors TVA), arrondi à la dizaine supérieure)
Deadline for receipt of tenders02/06/2026 10:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Duration during which the tender must remain valid180 Days
Information about public opening
Opening date02/06/2026 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 programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
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 organisationTribunal de 1ère instance
Information about review deadlines: délais légaux
Organisation providing additional information about the procurement procedureASBL CHU HELORA
Organisation providing more information on the review proceduresTribunal de 1ère instance
Organisation receiving requests to participateASBL CHU HELORA
8. Organisations
8.1.
ORG-0001
Official nameASBL CHU HELORA
Registration number0801.643.533
Postal addressBoulevard Fulgence Masson 5
TownMONS
Postcode7000
Country subdivision (NUTS)Arr. Mons (BE323)
CountryBelgium
Contact pointCorinne Capron
Emailcorinne.capron@helora.be
Telephone+32 476781720
Internet addresshttp://www.helora.be/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
8.1.
ORG-0002
Official nameTribunal de 1ère instance
Registration numberBE0308357753
Postal addressRue de Nimy 35
TownMons
Postcode7000
Country subdivision (NUTS)Arr. Mons (BE323)
CountryBelgium
Emailgreffe.jap.mons@just.fgov.be
Telephone+32 65338580
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0003
Official name3P - Aanbieder van diensten / Prestataire de services
Registration numberBE 0475.480.736
TownAntwerpen / Anvers
Postcode2000
Country subdivision (NUTS)Arr. Antwerpen (BE211)
CountryBelgium
Emailinfo@3p.eu
Telephone+32 3 294 30 51
Roles of this organisation
Procurement service provider
8.1.
ORG-0004
Official nameFPS Policy and Support
Registration numberBE 0671.516.647
TownBrussels
Postcode1000
Country subdivision (NUTS)Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad (BE100)
CountryBelgium
Emaile.proc@publicprocurement.be
Telephone+32 2 740 80 00
Roles of this organisation
TED eSender
Notice information
Notice identifier/versiond071504f-7d59-4325-add7-6cbafd56bc68  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date30/04/2026 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 availableFrench
Notice publication number300676-2026
OJ S issue number85/2026
Publication date04/05/2026