You are not logged in.

Hōkai Tapuwae

Details

RFx ID : 32091043
Tender Name : Hōkai Tapuwae
Reference # : 7100025533
Open Date : Friday, 18 July 2025 12:00 PM (Pacific/Auckland UTC+12:00)
Close Date  : Tuesday, 19 August 2025 12:00 PM (Pacific/Auckland UTC+12:00)
Department/Business Unit : National Procurement Team
Tender Type : Request for Proposals (RFP)
Tender Coverage : Sole Agency  [?]
Categories :
  • 80000000 - Management and Business Professionals and Administrative Services
  • 85000000 - Healthcare Services
  • 86000000 - Education and Training Services
Regions:
  • Auckland
  • Bay of Plenty
  • Canterbury
  • Gisborne
  • Hawke's Bay
  • Manawatu-Wanganui
  • Marlborough
  • Nelson
  • Northland
  • Otago
  • Southland
  • Taranaki
  • Tasman
  • Waikato
  • Wellington
  • West Coast
Exemption Reason : None
Required Pre-qualifications : None
Contact : Emma Pullen
tenders@corrections.govt.nz
Alternate Physical Delivery Address  :
Alternate Physical Fax Number  :
Overview

The Department of Corrections is seeking providers skilled in interviewing and report writing to deliver Hōkai Tapuwae to people in our care. Hōkai Tapuwae is a small and well-established programme that assesses whether there are significant cultural considerations to be taken into account in developing and implementing Māori offenders’ sentence plans, rehabilitation and reintegration programme options.

Hōkai Tapuwae comprises of three main components, an initial 1-1 interview, a report detailing the findings, and a follow up session if required. Full details can be found in the Request for Proposal document..

For the purposes of this procurement, the Department has divided the country into three 'Clusters', (1) Upper North Island, (2) Central North Island, and (3) Lower North & South Island. Interested respondents will have the opportunity to tender for one or more of the Clusters.

The Department is interested in responses from providers who hold, or are able to obtain within 12-months of contract start date, Te Kāhui Kāhu Social Services Accreditation Level 2.